SOURCES SOUGHT
66 -- High Speed Local MRI Gradients
- Notice Date
- 5/15/2015
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-15-361
- Archive Date
- 6/10/2015
- Point of Contact
- Matthew P. Antonini, Phone: 301-402-1678
- E-Mail Address
-
matthew.antonini@nih.gov
(matthew.antonini@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. BACKGROUND: The Neurophysiology Imaging Facility (NIF) is a core resource of the National Institutes of Health (NIH) intramural research program. Initiated in 2004 primarily by the National Institute of Mental Health (NIMH), with additional contribution from the National Institute for Neurological Disorders and Stroke (NINDS) and National Eye Institute, its function is to serve as a core resource for non-human primate imaging using the method of Magnetic Resonance Imaging (MRI). The capacity to add functional and anatomical imaging to the repertoire of methods used to study the nonhuman primate (NHP) brain at NIH, aids greatly in the understanding of healthy and diseased brain anatomy, function and physiology. To continue the cutting-edge research performed by the NIH, and to accommodate the growing need for NHP scan time, NIF is acquiring a horizontal 3T MRI scanner for NHP imaging experiments. Critical for this operation is a high performance gradient insert that must fit inside the bore of a 3T scanner. This gradient inside the newly acquired scanner will be used for anatomical and functional scanning of NHPs only, and will never be used to scan humans. PURPOSE AND OBJECTIVES: The purpose of this acquisition is to add a system to conduct state-of-the-art functional MRI research in NHP. The added system is required to meet the needs of the growing NHP scanning community at the NIH and to overcome various limitations of the existing system. PROJECT REQUIREMENTS: 1.Two high performance gradient inserts for NHP scanning The NIF requires installation of two (2) gradient inserts that fit inside and are compatible with a 3T horizontal scanner. a.General Performance Requirements The gradient inserts must be capable of generating a gradient of +/-80 mT/m along each physical (X, Y, Z) gradient axis both independently and simultaneously. The magnetic field gradient for each physical (X, Y, Z) gradient axis must be capable of being slewed independently and simultaneously at 500mT/m/ms through all gradient amplitudes. The gradient insert must have a useable inner diameter of at least 36cm and must be at least 70cm long. The gradient insert must be capable of shimming to at last 7.5% over a DSV of 22cm. b.Important additional components A complete set of cables and electronic accessories are required for correct operation of a gradient insert. This includes at least the following: •Shim cabinet •Switch for powering the gradient inserts from the main gradient power supply •Appropriate gradient cabling •Shim power supply for the gradients •Secondary patient table •Head coil attached to allow main gradient host to be powered up •Suitable software for correct operation 2.Installation of Gradient The successful offeror shall perform a complete installation of one of the two gradients when the new MRI machine is operational. The offeror shall be able to store the gradients at the Government's site or the vendor's site for up to 12 months before installation. All labor, materials, associated with storage, shipping, etc., required for installation shall be provided by the successful offeror. Installations shall be performed to minimize disruption to existing NIH, FMRIF and NMR Center operations. 3.Warranty of MRI Systems The gradients shall come with a warranty. During the warranty period, the contractor shall provide maintenance support and equipment and software upgrades in accordance with industry standards. All components must be operational according to manufacturer specifications with high predictability and reliability to support their operation in the NIH NIF. The system will be in heavy use, and any system unavailability ("downtime") will impact a wide range of NHP research studies at the NIH and the mission of the NIH NIF. 4.Additional Requirements Due to Research Needs The additional MRI system is to be used for NHP research. Therefore, the Government requires access to technical information about the operations of the system in order to successfully use and design both gradient and RF coils. Specifically, the Government requires that the successful offeror provide tools for pulse sequence and reconstruction programming. Further, source code for any sequences installed on the systems shall be provided upon request as part of this requirement. This information will be used by NIH investigators to modify existing MRI pulse sequences and develop new MRI pulse sequence and reconstruction components for research purposes. The NIMH shall assure confidentiality of this information to the contractor or enter into a Collaborative Research and Development Agreement (CRADA) for research development of features dependent on this functionality. ANTICIPATED PERIOD OF PERFORMANCE: July 6, 2015 through July 5, 2016 PLACE OF PERFORMANCE: All efforts for this requirement will take place at the following location: Neurophysiology Imaging Facility Building 49 49 Convent Drive Bethesda, MD 20892. CAPABILITY STATEMENT / INFORMATION SOUGHT: Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents must provide, as a part of their responses, clear and convincing documentation of their capability of providing the equipment and services specified in this notice. Respondents must provide a general overview of the respondent's opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. Also, information must be provided in sufficient details of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code AND any other information that may be helpful in developing or finalizing the acquisition requirements. SUBMISSION INSTRUCTIONS: One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in an outline format that addresses each element of the "PROJECT REQUIREMENTS" and each element of the "CAPABILITY STATEMENT / INFORMATION SOUGHT" paragraphs above. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist (Facsimile responses are NOT accepted.): Matthew Antonini Contract Specialist NIH/NIDA/SSSA matthew.antonini@nih.gov The response must be received on or before Tuesday, May 26, 2015 5:00 PM (EST). DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-15-361/listing.html)
- Place of Performance
- Address: Neurophysiology Imaging Facility, Building 49, 49 Convent Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03733575-W 20150517/150515235642-c94081cbb33cb2a236471e9fcf34a35c (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 |