SOLICITATION NOTICE
66 -- Instruments & Laboratory Equipment/Multi-Scan LFER 150 PET/CT In-Vivo Preclinical Imager
- Notice Date
- 8/1/2016
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NIAID-NOI-16-1790764
- Archive Date
- 8/26/2016
- Point of Contact
- Tonia L Alexander, Phone: 240-669-5124, Pamela E. Nevels, Phone: 240-669-5089
- E-Mail Address
-
talexander@niaid.nih.gov, pamela.nevels@nih.gov
(talexander@niaid.nih.gov, pamela.nevels@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Institute of Allergy and Infectious Diseases (NIAID) of the National Institutes of Health (NIH), Division of Intramural Research (DIR), Laboratory of Clinical Infectious Diseases (LCID), Tuberculosis Research Section (TRS) intends to negotiate on an other than full and open competition basis with Mediso USA, 2 Oliver Street, Suite 613, Boston, MA 02109 for a Multi-Scan LFER 150 PET/CT In-Vivo Preclinical Imager for Small, Medium Animals and Non-Human Primates, #MS-L150-115v to include MobilCell Docking Cart System #MS-MCC, Tera-Tomo 3D PET Post Workstation w/GPU Cluster #NSC-IT-WSTT, MobilCell Whole-Body Rhesus Monkey Bed #MD-MCC-RM, two (2) each of the MultiCell Marmoset Imaging Chamber #MC-40-49-00, MultiCell Rabbit Imaging Chamber #MC-40-62-00, On-Site Spare Part Kit, five (5) each of the VivoQuant Preclinical and Molecular Image Post-Processing Software, Training (5+5 days application;5 days service), and Option 1 for a Premier Warranty Service Plan #SER-PC-FC. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106(b)(2) and 13.501(a)(1). Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type of contract. Delivery to Bethesda, Maryland 20892 approximately 120 from date of award. The LCID/TRS has been studying the pharmacokinetics of TB therapeutic agents and agents potentially to be used therapeutically in TB patients using our animals. Positron emission tomography (PET) coupled with high-resolution computed tomography (HR-CT), these techniques allow a superposition of structure and function that is extremely powerful, limited only by the probes currently available. By adding HR-CT and FDG-PET monitoring to our animal experiments, we are able to make correlations with the results we are observing in TB patients and provide context for the interpretation of the human results using tractable animal models. In addition, we will test new potential PET probes designed to target features of the bacteria or the disease in animals in order to determine their usefulness before pursuing the probes use in humans. This project requires regular access to PET/CT imaging equipment with sufficient resolution and speed to image 0.1 mm anatomic structures in animals as big as macaques and adult rabbits. The Multi-Scan PET/CT must be able to support a large size spectrum of animal sizes for imaging, bore size must be a minimal of 26cm (260mm) and allow for a 20cm (200mm) transaxial field of view (FOV) and a modular bed providing a minimum of 70cm (700mm) axial FOV, must be able to provide a spatial resolution for the CT of <100 μm (0.1mm) and a PET resolution of 1 mm on animals as small as mice to as large as rhesus macaques, preferred LYSO (Lutetium-yttrium oxyorthosilicate) crystals will be used for the PET and have a minimum of 45,000 crystals, additionally, this system must have removable animal imaging platforms/beds that are animal and size specific (rhesus monkey, rabbit and marmoset mouse) and provide thermal support and anesthesia access The system must provide respiratory and cardiac gaiting (acquiring images at specified points of the respiratory and/or signal). This equipment is required because of the size and it is portable. The PET/CT Imaging Equipment salient characteristics: The PET and CT subsystems must be co-registered by design and within one machine with a common animal support, active product with at least 10 years of planned support, large bore size (~26cm) and FOV (TFOV 20cm, AFOV 15cm), PET Resolution: 1 mm, segmented CT is used for attenuation and scatter correction, integrated and physically co-registered CT has the same transaxial and axial FOV (20cm and 15cm) as the PET, CT is capable of 100µm resolution, automated movements for both CT and PET subsystem beds using scout view, support for whole-body NHP imaging, custom beds offered for various animal types: rhesus monkey, rabbit, marmoset, mouse with allowance for anesthesia systems, the beds for rabbits and smaller animals are integrated with the temperature control, anesthesia delivery and monitory system, and prospective gating for both cardiac and repertory cycles programmable with animal monitoring system. The statutory authority for this sole source requirement is 41 U.S.C. 253 (c) (1) as implemented by FAR 6.302-1 only one source available. THIS IS NOT A SOLICITATION FOR COMPETITIVE QUOTATIONS. All responsible sources who can provide the same or similar equipment may submit a response that could be considered by email (subject line to reference NIAID-NOI-16-1790764) to Tonia Alexander at talexander@niaid.nih.gov, by 5:00 pm eastern standard time Thursday, August 11, 2016. All information furnished must be in writing and must contain sufficient detail to allow NIAID to determine if it can meet the above unique specifications described herein. All responses received by the closing date of this solicitation will be considered by the Government. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-16-1790764/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04203473-W 20160803/160801234911-bc50a2c81d4493d313f2f3515d3f4009 (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 |