SOLICITATION NOTICE
66 -- 8 Channel phased array RF Coil
- Notice Date
- 7/16/2014
- Notice Type
- Presolicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SSSA)-NOI-14-282
- Archive Date
- 8/12/2014
- Point of Contact
- Farrin Stanton,
- E-Mail Address
-
farrin.stanton@nih.gov
(farrin.stanton@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to Rapid MR International, LLC for 8 channel phased array coil without providing for full and open competition (including brand-name). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 423450 with a Size Standard of 100 Employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-72 dated January 30,2014. This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR subpart 13—Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold. STATUTORY AUTHORITY This acquisition is conducted under the authority of the authority of FAR Subpart 13.106-1. DESCRIPTION OF REQUIREMENT Purpose and Objectives Research in the Neurophysiology Imaging Facility (NIP) centers on cutting edge functional imaging in awake monkeys for a broad range of investigators. Scanning in the facility involves the use of a 4.7T Broker Biospin vertically oriented scanner, specialized for monkeys seated upright. Considerable effort has been made so that brain scans can be accomplished in monkeys that are awake and performing a behavioral task. This goal has provided a number of challenges, since it requires that all the equipment, implants, and task-related elements of the research are fabricated from plastic, fiberglass, or other MR-compatible material. Monkey imaging is particularly challenging because their heads are small, and the required spatial resolution is therefore much higher than in humans. 8 channel phased array RF coil will allow the data acquisition to happen much faster to alleviate these difficulties. The purpose of this requirement is acquisition of an 8 channel volumetric array, receive only, actively decoupled resonance frequency 200.3 MHz, fixed tuned, housing with 60degree opening angle for fMRI, interface to Burker BioSpec with Avance III electronics no intergrated HWIDS chip for coil identification. The shape must tailor-fit to the subject’s head. The material must not give any artifcats during fMRI at 4.7 Tesla in the vertical bone. Period of Performance Delivery is required within 5 months after receipt of award. A firm fixed price purchase order is contemplated. Project Description The Contractor must be able to provide the following: Model: P-H08LE-047-00733 Description: 1H phased array coil for monkey head Features and characteristics: 8 channel volumetric array, receive only, actively decoupled resonance frequency 200.3 MHz, fixed tuned, housing with 60° opening angle for fMRI, interface to Bruker BioSpec with Avance III electronics no integrated HWIDS chip for coil identification Quantity: 2 CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Rapid MR International, LLC is capable of meeting the needs of this requirement due to data standardization requirements. The National Institute of Mental health(NIMH) is currently using RAPID biomedical’s RF coil that was customly crafted 6 years ago. It is beyond it’s service life and a new one needs to be purchased to replace it. NIMH is in ned of 2 new coils of the same design from the American face of same company (Rapid MRI) as replacements. It is critical to have 2 identical coils. Service and repair must be performed by the original manufacturer and typically takes 6 to 8 weeks. While one coil is away, the facility can continue operation with the second. Rapid MR International, LLC is the only compatible 8 channel phased array RF coil available for the 4.7T magnet in the Neurophysiology and Imaging Facility (NIF). Monkeys are prone to make frequent movements of their body within their chair, most notably their jaw during juice acquisition. These movements result in frequent geometrical distortions and signal dropout, which can sometimes be compensated post hoc using imaging analysis software, and sometimes not. This RF coil is critical to the efficient functioning of NIF and associated research projects, particularly in light of the increase performance and reduced scan time, allowing more projects to be completed in less time. The intended source is: Rapid Mr International, LLC 1500 Lake Shore Dr Ste 310 COLUMBUS, OH, 43204-3936 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.” A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Farrin Stanton, Contract Specialist, at Farrin.Stanton@nih.gov. US Mail and Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-NOI-14-282/listing.html)
- Place of Performance
- Address: 6001 Executive Boulevard, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN03427584-W 20140718/140716235406-cbbe452c4f8e8c047a29d10c80abb2e6 (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 |