SOLICITATION NOTICE
66 -- Micro CT Scanning System
- Notice Date
- 8/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-(DE)-2012-229-JML
- Archive Date
- 8/28/2012
- Point of Contact
- Jonathan M. Lear,
- E-Mail Address
-
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. The solicitation number is NHLBI-CSB-(DE)-2012-229-JML and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-60 (July 26, 2012). The total dollar amount is estimated to be above the Simplified Acquisition Threshold. The North American Industry Classification System (NAICS) code applicable to this requirement is 334517 with a size standard of 500. The market research conducted by the Government has determined that there are at least two small businesses with the capabilities to satisfy the requirement. Therefore, this requirement is a total small business set aside. This acquisition is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), on behalf of the National Institute of Dental and Craniofacial Research (NIDCR) intends to award a fixed price contract for a Micro CT scanning system in accordance with the following information: Background Information The National Institute of Dental and Craniofacial Research (NIDCR) has a requirement for a Micro CT scanning system. This system will be used for ultra-structural analysis of mineralized tissues in small specimens, mainly bones and teeth. The system selected for this purpose must have a substantial throughput rate to accommodate multiple users and the high number of individual samples that go into the analysis of dental and bone disorders associated with spontaneous or induced mutations. Moreover, it is a requirement that the equipment is capable of rendering 3-dimensional volumes at a very high resolution to reveal minute differences in the tissue subjected to analysis. Additionally, the desired system can be combined with a reconstruction server that enables multiple users to access and reconstruct primary scan projections into 3D volumes simultaneously without interrupting the workflow on the scanner workstation. Purpose and Objectives The purpose of this requirement is to procure a Micro CT scanning system with the below specifications for the NIDCR, Division of Intramural Research (DIR), Office of the Scientific Director (OSD). Specifications The following is a list of the Government's required specifications: •Scanner Hardware Specifications: -Micro CT (Large Sample Capacity / Fast Scanning Capability); -X-Ray Source Energy: Choice of three (3) exact calibrated positions (ECP) between 40 kVp - 90 kVp; -Resolution: 2.5 µm nominal (< 4.0 µ m @10% MTF) @ 4 mm diameter; -Artifact Free Small Angle Cone-Beam Geometry; -Detector system, data acquisition electronics (Physical Size: 1700 x 1200; Virtual size: 3400 x 42000 (forty-two thousand); -Maximum Scan Size: 50 mm diameter / 120 mm height; -Three (3) position filter for x-ray source; -Motors, motors control (Linear, Rotational, Z); -Hardware connection to computer; -Specimen Holders (allows scanning of specimens in air or other liquid media): 30 total; and, -Quality Control Phantom: Consists of four (4) rods of varying HA density as well as three (3) aluminum wires. Phantom is bundled with standardized tests for Quality Control tests scans of scanner. •Computer Specifications: -hp Integrity Server rx2660 (Dual Core, 2 x 1.4 Ghz CPU); -32 GB RAM; -3 x 146 GB; -2 x 10/100/1000 Mb/s Ethernet; -Open VMS Operating System (4-CPU License); -hp 24" tft Monitor / Mouse / Keyboard / CD / DVD / USB Ports; -Tape drive for data storage (LT05); -hp Integrity Server bl1860 i2 (8 Core CPU; 32 GB RAM); -MSA 2000sa with 12 x 2 TB SAS disks (~20 TB Storage; RAID 6 configuration); -GB switch; and, -hp Cluster server (4) and Client (4) licenses. •Software Specifications (64-bit): -Measurement Program with the following features: -Scout View with calibrated diameter positions; -Single-Slice and Multi-Slice (3D) Scanning (interactive slice number selection); -High-throughput Batch Measurements (24 hour / 7 Day Unattended Operation); -Single or Multiple Samples; -Fast Image Reconstruction - Online / Offline Reconstruction and Online beam-hardening correction; -Database Program - User Names, Sample Names, Results (2D and 3D), and Back-up / Archive; -Image Analysis Software Tools with the following features - Zoom, Distance (2D and 3D), Contouring / Morphing, Automatic / Manual gray scale adjustment, Intensity based thresholding, Region based segmentation (geometric and/or conforming ROI's), Cut / Paste Options, Density Measurements (mg / cc HA, Hounsfield Units, Linear Attenuation Coefficient), Masking, and Histograms; -Morphometry Software with the following features - Bone Area / Surface / Volume, Trabecular Thickness and Separation maps, Trabecular Number, Connectivity Density, Structural Model Index, and Degree of Anisotropy; -Other functions include - Porosity, bone-implant interface contact area / volume, and cortical bone thickness / volume / moment of inertia calculations; -3D Image Rendering and Visualization - Automatic or manual 3D rendering, animation, transparency, and multiple color capability; -Image Output - DICOM, Postscript, Tiff, JPEG, or other outputs (STL, etc.); -Data Output - Standard result sheets and/or spreadsheet ready text files; and, -Networking - Printing, browser access to data and other functions, remote access and control / use, and secure password and file protection capabilities. The delivery date is 3-4 months after receipt of order. The FOB point is destination. Installation and training shall also be included. The evaluation will be based on the Offeror's ability to provide the equipment based on the Government's required specifications. The technical capabilities of the equipment are considered paramount when evaluating an offer. Price will also be considered. Other Applicable Information The following FAR Clauses are applicable to this requirement: FAR clause 52.212-1, Instructions to Offerors - Commercial Items, is applicable to this requirement and is incorporated by reference. FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable to this requirement, and is incorporated by reference. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is applicable to this requirement, and is incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is applicable to this requirement, and the following clauses are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (OCT 1995); FAR 52-219-4, Notice of Price Evaluation Preference for HUBZONE SMALL Business Concerns (JUL 2005); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.219-9, Small Business Subcontracting Plan (APR 2008); FAR 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APR 2009); Far 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.22-36, Affirmative Action for Worker with Disabilities (JUN (1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2010); FAR 52.225-1, Buy American ACT - Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT2003); and FAR 52.204-7, Central Contractor Registration (APR2008). Responses to this request for quotation are due on August 13, 2012 by 9:00 a.m. EST. The award will be made based on the overall best value to the Government. The Government intends to evaluate quotes and award a contract without discussions with the Offerors. Therefore, the initial quote should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all quotes, waive informalities and minor irregularities in quotes received. The Offeror's quote must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. The offeror must also register in the Government's Contractor Registry System. Note: www.ccr.gov. The responses must reference "Solicitation number" NHLBI-CSB-(DE)-2012-229-JML. All responsible sources may submit a quote which if timely received shall be considered by the agency. Quotes must be submitted to the National, Heart, Lung and Blood Institute (NHLBI), Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, MD 20892-7902, Attention: Jonathan Lear, Contract Specialist. Responses may be submitted electronically to learj@nhlbi.nih.gov. Faxes will not be accepted. Quotations will only be accepted if dated and signed by an authorized company representative.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(DE)-2012-229-JML/listing.html)
- Place of Performance
- Address: National Institutes of Health/NIDCR, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02825518-W 20120804/120803001224-5e8240316e915c13dbc26c4c24c01c81 (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 |