Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2003 FBO #0559
SOLICITATION NOTICE

66 -- High Field Magnetic Resonance Imaging System

Notice Date
6/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-30065-NA
 
Response Due
6/23/2003
 
Archive Date
7/8/2003
 
Point of Contact
Renita Smith, Contract Specialist, Phone 301-496-8612, Fax 301-480-0241, - Caren Rasmussen, Lead Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513,
 
E-Mail Address
rs442i@nih.gov, cr214i@nih.gov
 
Description
The National Cancer Institute (NCI) on behalf of the National Institute of Neurological Disorders and Strokes (NINDS)/ Laboratory of Functional and Molecular Imaging (LFMI) is soliciting a high field magnetic resonance imaging system, which will be used for magnetic resonance imaging and spectroscopic. The requirement will be procured in accordance with FAR Part 12. The North American Industry Classification System Code (NAICS) is 334510 and the business size standard is 500 employees. LFMI is dedicated to extending the state-of the art in anatomical, functional and molecular MRI in both animal and human models. The proposed system will extend the capabilities of LFMI by allowing for the next generation of MRI experiments. The desired MRI/MRS system shall be configured to facilitate access to the animal in the MRI, by generating and allowing as much usable space around the animal as possible. The length shall be as short as possible and still meet needed homogeneity specifications. At most the distance from the edge of the magnet to the center shall be 735 mm. The magnet shall use present state-of-the-art technology, including active shielding and long helium hold times. The rest of the system will include the console, which includes computer, data/RF electronics, RF and gradient amplifiers, shim power supply, shim, gradient and RF coils, and animal handling support. The emphasis on gradient specifications is to achieve as large a usable working space without significantly sacrificing performance. The magnet must use present state-of-the-art superconducting technology, and built to meet the following specifications: Magnetic Field Strength: 7 Tesla, Magnetic Shielding: Active, Interval between helium fills: 50 days (1 year preferred), Clear Bore Diameter: 305 mm, System Length (end-to-end): 1460 mm (it is strongly preferred that the length of the magnet be short as possible while preserving the minimum homogeneity specs below), Homogeneity with superconducting shimming: < 5 PPM peak-to-peak (pp) over 14 cm diameter spherical volume (DSV), < 2 PPM pp over 12 cm DSV, < 1 PPM pp over 10 cm DSV, <0.1 PPM pp over 5 cm DSV, Main Field Drift: < 0.05 PPM/hour with no compensation. The vendor shall supply appropriate RF shielding for the magnet so that potential RF noise from the environment is minimized. The vendor shall design the layout of the system, including, electronics (technical) room, and operating room. The vendor shall be responsible for all aspects of installation of the system, including costs associated with rigging and cooling the magnet. The vendor shall supply room temperature shim coils and shim power supply that are compatible with the gradient sets, with at least 9 channels. The vendor shall supply three gradient sets and give an option for a fourth gradient set to meet the following specifications: one larger than 180 mm ID gradient set, capable of 30 G/cm (40 G/cm preferred) in less than 200 ?s rise-time. Two 120 mm ID gradient sets, capable of 40 G/cm (60 G/cm preferred) in less than 100 ?s rise-time. An option for one 90 mm or larger gradient set, capable of 60 G/cm in less than 80 ?s rise-time shall be included. The vendor shall supply one set of gradient amplifiers to meet the above gradient specifications. The RF electronics on the MR console shall be state-of-the-art capable of the newer imaging and spectroscopy experiments. The RF electronics shall include: Two broadband transmit channels capable of covering the frequency range from 30-300 MHz for each transmit channel. The vendor shall supply four (eight preferred) modern state-of-the-art receivers using quadrature detection and digital filtering. There shall be the capability of gating acquisition of data with at least one independent external port and there shall be a minimum of 4 BNC TTL output lines. RF Probes/Animal Handling: One 1H volume resonator of at least 140 mm inner diameter to fit inside the 180 mm gradient. One 1H volume resonator of at least 72 mm inner diameter that is compatible with the two 120 mm gradient sets. An option for one 1H volume resonator of at least 68 mm inner diameter that is compatible with the 90 mm gradient set. In addition, a number of surface coils and small volume coils are specified in the solicitation. The vendor shall supply two industry standard host workstations, one for control of the console and data processing and the other for data processing. Solicitation# RFQ-NCI-30065-NA will be issued on 23 Jun 03 with responses due on 14 Jul 03. Sources requesting a copy of the solicitation package are required to submit a written request to the address indicated above. Requests may be emailed to Renita Smith, Contract Specialist at smithren@mail.nih.gov or faxed to 301-402-4513. No telephone requests for solicitation packages will be accepted.
 
Record
SN00342637-W 20030611/030609213221 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.