SOURCES SOUGHT
Q -- Positron Emission Tomography (PET) Related Services
- Notice Date
- 1/6/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
- ZIP Code
- 20892-7663
- Solicitation Number
- Reference-Number-SLC-0039
- Point of Contact
- Sheri Custer, Contracting Officer, Phone 301-402-3065, Fax 301-402-3407,
- E-Mail Address
-
custers@od.nih.gov
- Description
- The National Institutes of Health, is conducting a market survey to determine the availability and technical capability of businesses to provide on-site Positron Emission Tomography (PET) related services. The intended procurement will be classified under NAICS 621512, Diagnostic Imaging Centers, with a size standard of $11.5 Million. The Professional Services required shall include, but not be limited to, the following salient characteristics, specifications, and features: Positron Emission Tomography (PET) will be used as a major clinical research tool. PET is a nuclear medicine procedure that allows sequential imaging of the in-vivo distribution of an intravenously administered radiolabeled compound (radiotracer) that has been designed to report on the status of a particular biochemical or physiological parameter (e.g. neuroreceptor concentration, blood flow). Each radiotracer is labeled with a short-lived positron-emitter (e.g. carbon-11 or fluorine-18 with half-lives of 20 and 110 min, respectively). Hence for each PET experiment the radiotracer has to be prepared anew. Information about the extent of metabolism of the radiotracer in each PET experiment is often required to allow quantitative parameters to be derived from the acquired PET data according to biomathematical models. Experimentally, this entails rapid analyses of sequential blood samples. A primary aim of the Branch is the development of new radiotracers through research effort on medicinal chemistry and radiochemistry. To accomplish these goals, this Branch requires the time limited professional services of two persons: a Radiochemist and a Research Nuclear Medicine Technologist. RADIOCHEMISTRY SERVICES. The services to be provided are: 1) regular syntheses of required radiotracers on automated equipment, 2) to perform regular analyses of blood samples from human subjects and animals, using for example HPLC and 3) synthetic organic chemistry and radiochemistry in support of new radiotracer development. The person capable of providing these services would have at least an MS degree in chemistry, at least two (2) years experience with synthetic organic chemistry, and offer two (2) years experience with radiochemistry. RESEARCH NUCLEAR MEDICINE TECHNOLOGIST SERVICES. This Branch requires a high-level Nuclear Medicine/ PET technical specialist who is not only qualified to perform research PET imaging in humans and animals but also is capable to perform complex PET data analyses and independent technical research work. The overall purpose/objectives of the procurement of a PET technical specialist are to make research activities efficient and to enhance the quality of work in the imaging section of the Molecular Imaging Branch. The specific objectives of this recruitment are to 1) perform PET imaging and image data processing in humans and animals; 2) perform complex PET quantification data analysis; 3) solve PET related technical questions by designing and performing independent technical research work; and finally 4) integrate the technical staff with the core scientist group. Thus, this recruitment plays a dual role of PET technologist and technical researcher. The applicant should have a bachelor's degree, be a Certified Nuclear Medicine Technologist, have at least four years experience in nuclear medicine research, and a track record of research publications. Concerns that respond to this synopsis shall furnish concise responses directed specifically to the requirements mentioned above and are invited to submit capability statements in an Original Plus Two (2) Copies no later than thirty (30) calendar days from the date of this announcement. Information furnished should include enough material to allow the NIH to perform a proper evaluation. The period of performance shall be for twelve (12) months from date of award with four (4) successive twelve (12) month option periods. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) NOR IS AN RFP CURRENTLY AVAILABLE. Capability Statements: (a) If mailing your capabilities through the U.S. Postal Service use the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, 6011 Executive Blvd., Room 529-Q, MSC 7663, ATTN: Sheri Custer, Bethesda, MD 20892. (b) If hand delivering, or using a courier service such as: UPS, Federal Express, etc., use the following City, State, and Zip Code: Rockville, MD 20852. Responses by Facsimile (FAX) will NOT be accepted. This market survey is being conducted through the FedBizOpps to reach the widest possible audience and to gather current market information.
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN00234215-W 20030108/030106213203 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |