|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1995 PSA#1364NIH, National Heart, Lung, & Blood Institute, Procurement Section,
Contracts Operations Branch, Rockledge Building (RKL2), Room 6143, 6701
ROCKLEDGE DR MSC 7902, BETHESDA MD 20892-7902 66 -- BIPLANAR GRADIENT COIL SOL NHLBI-HL-P-95-109 POC Kathleen J. Van
Steelant, Contract Specialist, (301) 435-0366. It is the intent of the
National Heart, Lung, and Blood Institute (NHLBI) to acquire a
Biplanar Gradient Coil for installation in the Laboratatory of Cardiac
Energetics in Bethesda, Maryland. The instrument must meet the
following minimum specifications: 1) GENERAL: A complete y (vertical
transverse) and z (axial) biplanar gradient set using the winding
pattern that will be provided; the completed unit must fit within a 60
cm diameter bore tube; interplane spacing must allow a clear 31 cm for
patient access; the biplanar gradient set must have a hinged top or
similar design to allow rapid and easy placement and removal of
patients; the biplanar gradient set should be incorporated into a
patient table to allow easy insertion and removal of the gradient set
with the patient in place; the overall length of the unit will be
determined by requirements for patient placement and comfort; no
electrical leads to the gradient may be exposed for patient safety;
shims will be provided externally by the whole body gradient/shim set,
so no shims are necessary for the biplanar set; 2) STRENGTH:
Conductors must be secured to the gradient assembly and be able to
withstand a minimum lifting force of 150,000 N/m} (17.4 psi); gradient
supports and planes must be able to withstand a minimum of 1200 N m of
torque as measured from any support to the center of the gradient; 3)
ELECTRICAL: Gradient must be able to withstand a peak current of 300
Amperes with a 60% duty cycle over one minute, or 15% duty cycle
continuously; inductance of the gradient set will depend on the final
design, but should not exceed 310 microhenries for the z gradient; 4)
PERFORMANCE: Gradient linearity, inductance, and efficiency are
determined by the design, and exact specifications will be given when
the final interplane spacing of the conductors is decided. However, the
gradients should be linear to within 5% over a central cubic volume of
18 cm on a side, with an efficiency of 0.21 mT/m/A for the y gradient
and 0.16 mT/m/A for the z gradient; rise times will depend on the
final design and the gradient power source, but should be less than 75
microseconds for each gradient strength increase of 10 mT/m, up to the
full gradient strength for the preexisting gradient drivers; and 5)
OTHER: Gradient set should incorporate a radiofrequency shield;
acoustic noise should be less than 100 dB when the gradient set is
driven maximally; insertion of the biplanar gradient assembly should
not adversely affect the preexisting static magnetic field homogeneity;
inherent induced eddy currents should be less than 0.5% 100
microseconds after switching the gradients; patient table/gradient
assembly must lock in position for safety and eddy current reasons.
Proposals will be evaluated based on the proposed gradient performance
including gradient strength, rise times, linearity, and resulting
field homogeneity; demonstrated understanding of the problems
associated with the manufacture, installation, and operation of imaging
gradients; demonstrated evidence of the qualifications, experience and
availability of professional technical personnel comprising the
necessary project staff; and demonstrated management organization and
management plan to provide appropriate assurance that project
milestones will be met in a timely manner. A firm fixed-price type
contract will be negotiated for this instrument. Delivery and
installation of the instrument is anticipated within six (6) months
after the contract award. Only a fully installed and functional
instrument will be accepted. Tests will be performed to ascertain that
the instrument is functional before final acceptance. It is
anticipated that Request for Proposal (RFP) NHLBI-HL-P-95-109 will be
issued on or about June 22, 1995. Copies of the RFP may be obtained by
writing to the National Heart, Lung, and Blood Institute, Contracts
Operations Branch, Procurement Section, 6701 Rockledge Drive (RKL2),
Room 6143, Mail Stop Code 7902, Bethesda, Maryland 20892-7902,
Attention: Kathleen J. Van Steelant, Contract Specialist. (0158) Loren Data Corp. http://www.ld.com (SYN# 0443 19950608\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|