SOLICITATION NOTICE
66 -- High resolution magnetic resonance imaging (MRI)
- Notice Date
- 9/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1060962
- Archive Date
- 9/28/2009
- Point of Contact
- Tamara Williams, Phone: 3018277154
- E-Mail Address
-
tamara.williams@fda.hhs.gov
(tamara.williams@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis /solicitation for commercial items prepared in accordance with FAR 13.5 and the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This is a full and open solicitation. The NAICS code is 334516. This is a firm fixed price contract. The government thinks this may be a sole source requirement but is not certain and is requesting pricing for a High resolution magnetic resonance imaging (MRI) and its application to in vivo monitoring of neuronal apoptosis with the following specifications: •1H volume resonator, model V-HQ-070, 300MHz, 189mm X 219mm, interface with Bruker RF 7T adapter T12325 •1H phased array coil for monkey, fixed and tuned model P-H04LE-070, actively decoupled 4 channels receive only,300.3 MHz, 155mm X 187mm, interface with Bruker RF 7T adapter T12325 •Custom designed quadrature hybrid, 150 MHz- 300 MHz, 5kW peak power, tuned to opening window geometry T.B.D. Product must support non clinical research modifications to the proprietary 7 T MRI system using the 30 centimeter bore surface phased array technologies. All components must be compatible to accomplish the magnetic resonance imaging experiment. RF coils are necessary component of MRI system and must be manufactured specifically not only to match the configuration of existing scanner but also to comply with particular research paradigm, which includes animal size, target organ/tissue, and anatomical/physiological characteristics to be assessed in order to generate the most meaningful data. This 4-channels phased array coil is specifically designed to provide larger field of view in order to accommodate bigger subjects (e.g. young monkeys) while maintaining high signal homogeneity and sensitivity. The coil design allows flexible configuration (quadrature transmit/receive or quadrature transmit/phased array receive) and is adaptable to the whole range of applications including proton spectroscopy, high resolution anatomical scanning, probing of cerebral blood flow, intrinsic water diffusion, magnetic relaxation, neuronal activation, and other MRI specific parameters. This is the only RF coil configuration compatible with our 7T BioSpec Avance III MRI system, which can provide the best sensitivity for the given size, and therefore will be necessary for use in young primates to accomplish research projects carried out at NCTR. The provisions at FAR 52.212-1 Instructions to Offerors- Commercial Items (November 2007), FAR 52.212-4 Contract Terms and Conditions-Commercial Items- (February 2007), and 52.212-2, Evaluation - Commercial Items are hereby incorporated by reference and apply to this acquisition. The Government will make one award. Technical and past performance when combined is significantly more important than price. The following factors shall be use to evaluate offers: 1. Technical Understanding and Approach. The technical evaluation will be evaluated to determine if the proposed contractor is capable of providing a High resolution magnetic resonance imaging (MRI) and its application to in vivo monitoring of neuronal apoptosis. The contractors shall furnish as part of their quotation all descriptive material necessary for the government to determine whether the service meets the technical requirements. 2. Experience in High resolution magnetic resonance imaging (MRI) and its application to in vivo monitoring of neuronal apoptosis - The contractor shall provide experience in High resolution magnetic resonance imaging (MRI) and its application to in vivo monitoring of neuronal apoptosis. 3. Past performance. Offeror should provide three references of similar efforts performed during the last three years. Include a description of the project, project title, contract number, contract amount, client identification including agency or company name, contracting and technical reviewing official, address and telephone number. Technical proposals are limited to 10 pages. Office shall comply with the provision at FAR 52.212-1(b) and submit 1) an electronic copy to Tamara Williams via email at tamara.williams@fda.hhs.gov. 2) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. 3) Quotation. Offeror shall include a completed copy of the provision FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (Nov 2006) which can be accessed electronically from the INTERNET at the following address: https://orca.bpn.gov/. All Offerors responding to this RFQ must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/ FAR 52-212-4 Contract Terms and Conditions- Commercial Item (Mar 2009) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2009), 52.212-5(b)(1) Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 52.212-5(b)(8)(i) Notice of Total Small Business Set-Aside (June 2003), 52.212-5(b)(10)Utilization of Small Business Concerns (May 2004), 52.212-5(b)(12)Limitations on Subcontracting (Dec 1996), 52.212-5(b)(13) Liquidated Damages—Subcon-tracting Plan (Jan 1999), 52.212-5(b)(18) Post Award Small Business Program Rerepresentation (Apr 2009), 52.212-5(b)(19)Convict Labor (June 2003), 52.212-5(b)(21) Prohibition of Segregated Facilities (Feb 1999), 2.212-5(b)(23) Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 2.212-5(b)(24) Affirmative Action for Workers with Disabilities (Jun 1998), 2.212-5(b)(25)Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 2.212-5(b)(34)Restrictions on Certain Foreign Purchases (June 2008), 2.212-5(b)(39) Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003), 2.212-5(b)(42) Privacy or Security Safeguards (Aug 1996), 2.212-5(c)(3)Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Nov 2006), 52.233-3 Service of Protest (Sept 2006), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), 52.219-6, Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52-222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.225-13, Restrictions on certain foreign purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003), 52.239-1 Privacy or Security Safeguards (Aug 1996).FAR provisions and clauses may be found at http://www.acquisition.gov/far/index.html. All responsible sources that can provide and meet the above requirement shall submit a written quotation. Submission must be received via email 12 Noon ET on September 12, 2009. If you have any questions regarding this announcement, please contact Tamara Williams at 301 827-7154 via email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1060962/listing.html)
- Record
- SN01947388-W 20090911/090910001211-9ce7af1cba6a08a896ccb2258e4954d3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |