Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2009 FBO #2904
SOLICITATION NOTICE

A -- NON-RADIATION BASED TECHNOLOGIES TO ASSESS CHANGES IN TRABECULARMICROARCHITECTURE FOR REGIONS IN THE CENTRAL SKELETON

Notice Date
11/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ10305367R
 
Response Due
11/18/2009
 
Archive Date
11/4/2010
 
Point of Contact
Perry L. Mueller, Contract Specialist, Phone 281-483-7158, Fax 281-244-0995, Email perry.l.mueller@nasa.gov - Ann E. Bronson, Contracting Officer, Phone 281-483-9889, Fax 281-244-5331, Email ann.e.bronson@nasa.gov
 
E-Mail Address
Perry L. Mueller
(perry.l.mueller@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.NASA JSC has a requirement for a research study that will develop and validate anon-radiation based, high resolution technology that can evaluate in-vivo changes instructure of cortical and trabecular bone for sites of the axial skeleton including thehip.This notice is being issued as a Request for Proposal (RFP) for the development of anon-radiation based, high resolution technology to assess the time course of changes intrabecular microarchitecture (particularly in the central skeleton) such as described bymeasures of trabecular thickness, trabecular separation, trabecular number, plaste to rodconversion, free ends, nodes, etc. SEE ATTACHED STATEMENT OF WORK at:http://procurement.jsc.nasa.gov/NNJ10305367R/SOW-Skeleton-3.docx The provisions and clauses in the RFP are those in effect through FAC 2005-37. The NAICS Code and the small business size standard for this procurement are 541712 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Proposals should include the following: (1) technology that is non-radioactive to enablemultiple applications over time using a clinical Magnetic Resonsance Imaging (MRI)instument; (2) technology with a resolution high enough to evaluate changes in trabecularbone microarchitecture; (3) technology that is able to assess sites of the centralskeleton, particularly the hip; (4) technology that can generate indices (unique orsimilar to stereologicla assessments by bone histomorphometry) by which to inferdetriment to cancellous bone structure with a relatively rapid method; (5) technologywith accuracy comparable to gold-standard existing methods (e.g., by microCT orhisomorphometry) as evaluated in ex vivo specimens; (6) technology for which precision ofin vivo measures has been evaluated. Proposals should include a brief background andclear description of the research methodologies. Additionally, it should include aschedule of activities lasting not more than one year, include a budget for necessaryresources, identify key personnel with their related background and experience, and benot more than 10 pages in length.Offers for the service described above are due by 2:00 pm CST on November 18, 2009, toAnn E. Bronson at ann.e.bronson@nasa.gov and must include, solicitation number, FOBdestination to this Center, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEP 2009), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36,52.225-1, 52.232-34.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Ann E.Bronson @ ann.e.bronson@nasa.gov not later than 2:00 pm CST on November 12, 2009. Telephone questions will not be accepted.Selection and award will be made to the lowest, priced, technically acceptable offeror. Award will be in the form of a NASA Purchase Order with payment due when final report isreceived and approved by the NASA Technical Monitor. Technically acceptability will bedetermined by review of information submitted by the offeror which must provide adescription in sufficient detail to show that the service offered meets the Government'srequirement.Selection and award will be made to that offeror whose offer will be Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10305367R/listing.html)
 
Record
SN01997903-W 20091106/091104235144-9568ee46b1a513e9206f73945f261bd8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.