Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2003 FBO #0653
SOLICITATION NOTICE

65 -- Medical Dental & Veterinary Equipmet

Notice Date
9/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PS-2003-106
 
Response Due
9/24/2003
 
Archive Date
10/9/2003
 
Point of Contact
Cecilia Morales, Purchasing Agent, Phone (301) 435-0366, Fax (301) 480-3345,
 
E-Mail Address
cm71f@nih.gov
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is NHLBI-PS-2003-106, and is issued as a Request For Proposal (RFP). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-14. The North American Industry Classification System (NAICS) is 421450, size standard 500 employees are used for this requirement. There are no small business set-aside restrictions for this requirement. This acquisition is being conducted under simplified acquisition procedures. The Laboratory of Developmental Biology, Division of Intramural Research, National Heart, Lung, and Blood Institute (LDB, DIR, NHLBI) of the National Institutes of Health intends to purchase one (1) each, 7T/16 cm Magnetic Resonance Imaging (MRI) System. The Statement of Work (SOW) for the 7T/16 cm MRI system is as follows: General Requirements: 1) Independently, and not as an agent of the Government, the contractor shall furnish all necessary labor, materials, supplies, equipment, services and perform the work set forth below. 2) All work under this contract shall be monitored by the Project Officer. Specific Requirements: Specifically, the Contractor shall deliver and install an animal Magnetic Resonance Imaging System with the following specifications: NHLBI is soliciting offers for an MRI/S system including 7T/16 cm magnet, computer, RF electronics, amplifiers, receivers, gradients, shims, probes, and other features described below. 1) Magnet: The vendor shall supply a 7T, 16 cm inner diameter bore superconducting magnet with active shielding that is capable of constraining the 5 gauss fringe field contour with a 12' x 12' room and is capable of navigating a 42" door. The magnet should meet the following specifications: Homogeneity: Homogeneity of the magnet should be at least < 1 PPM peak to peak over a 6 cm diameter spherical volume, and < 0.1 PPM over a 4 cm diameter spherical volume. Stability: The main magnetic field drift should be less than 0.04 PPM per hour. The magnet system should be able to operate without an RF shielded room and the vendor should provide the appropriate penetration connections so that electrical cables can be run from the electronics described below to the magnet without introduction of external interference or noise. 20 Room Temperature shims. The vendor shall supply room temperature shims and power supplies that are compatible with the gradient sets listed below. There should be at least 12 shim channels that are capable of meetings the following line width homogeneity specifications without a significant increase in ambient temperature: < 25 Hz full width at half height (FWHH) over a 6 cm DSV. The room temperature shim settings shall be under computer control within the software environment used to run the rest of the console. 3) Gradients. The vendor shall supply a gradient set and gradient amplifiers for the 7T/16 cm system that meets the following specifications: (a) all gradients shall be RF shielded in a manner that does not add significant eddy currents. (b) A gradient control unit that enables control of the x, y and z gradient waveforms with at least 5 microsecond time resolution, 16 bit amplitude resolution, and 128 kword of waveform memory be supplied for programming modern state-of-the-art gradient waveforms. (c) There shall be a protection mechanism to protect the gradients and gradient amplifiers from overheating. (d) A state-of-the-art eddy current compensation unit under computer control with B0, x, y, z, and cross term compensation shall be supplied. (e) For all gradients, maximum strength, linearity, and rise/fall time must be demonstrated before final acceptance of the MR console. All gradients must have stability greater that 3500:1 using the following test. Take 256 1-D profiles using a spin-echo sequence at 75% linear volume (256 acquisition points) with each gradient at 75% maximum strength. After a 2D transform compare signal of the central peak to the noise off center created by gradient instability. The RMS signal to noise ratio shall be greater than 3500:1. The gradient set requested are: 9 cm ID gradient: A gradient set of approximately 9 cm inner diameter with greater than 99% active shielding measured directly outside the gradient. The gradient amplifiers supplied should be capable of generating at least 30 gauss/cm in this gradient set along x, y, and z. The x, y and z gradients should have a real rise time measured with a pickup-coil of less than 100 microseconds to 95% full gradient. There should be less than 5% variation in a gradient over a 6 cm diameter sphere. Duty cycle at full gradient strength should be a minimum of 15%. The gradient set should be appropriately protected from damage from over-current or over-temperature conditions. Optional Gradient Power Supply: An option for an upgrade of the gradient power supply to allow for 60 gauss/cm gradients using the 9 cm ID gradient set is requested. All other conditions for performance must be met in terms of risetime and duty cycle. Optional 4 cm gradient set and shims: A gradient set of approximately 4 cm inner diameter with greater than 99% active shielding measured directly outside the gradient. The gradient amplifiers supplied should be capable of generating at least 100 gauss/cm in this gradient set along x, y, and z. The x, y and z gradients should have a real rise time measured with a pickup-coil of less than 50 microseconds to 95% full gradient. There should be less than 5% variation in a gradient over a 4 cm diameter sphere. Duty cycle at full gradient strength should be a minimum of 50%. The gradient set should be appropriately protected from damage from over-current or over-temperature conditions. A room temperature shim set capable of fitting inside the 9 cm 1D gradient with a minimum of 12 shim channels shall be integrated into this small gradient set so the shimming can be performed closer to the small samples that will be used with the 4 cm gradient set. Homogeneity of < 2 Hz FWHH and 6 Hz at 10%, and < 20 Hz at 1 % over a 3 cm DSV shall be achieved with this shim set. 4) RF Electronics: The RF electronics of the MR console should be state-of-the-art capable of the newer imaging and spectroscopy experiments. The RF electronics should include: One broad band transmit channel capable of covering the frequency range from 10 - 300 MHz. The transmitter shall have state-of-the-art capabilities for amplitude and phase modulate for modern MR experiments including complex pulse shapes that make require frequency, phase, and amplitude modulations (such as adiabatic BIR pulses) and homo-nuclear decoupling schemes (such as WALTZ). Frequency control should be less than 1 Hz. Amplitude and phase should be under computer control with at least 256 kword waveform memory for programming pulse sequences. A minimum of eight separate pulse shapes should be able to be used within one pulse sequence. There should be at least 80 dB linear amplitude modulation with amplitude stability greater than 0.1%. Phase should be controllable to 0.25 degrees with 0.1 degree phase stability. Timing should have at least 12.5 nanosecond resolution. 5) RF Amplifiers: A RF amplifier to supply at least 400 watts pulsed, linear power from 10 - 300 Mhz shall be supplied. The amplifiers should be able to work in pulsed mode as well as in continuous wave (CW) mode, thought at lower power in CW mode. 6) RF receivers: The RF receiver section should consist of a modern state of the art receiver using quadrature detection and digital filtering. There should be a greater than 16 bit dynamic range over a 1 Mhz bandwidth (2 Mhz sampling in both real and imaginary channels). The receiver system must be capable of transmitting on a volume coil with MR signal reception on a secondary, surface coil. An option for non-linear sampling during acquisition is desirable. An option for a deadtime of no longer than 5 microseconds from pulse to receiver is desirable. If the offeror can provide one or both of these enhancements features, it shall furnish the add-on price for each feature with its overall offer price. The offeror will be responsible for providing the type of add-on pricing described above, and the Government reserves the right to make award with or without the desired but discretionary features. There should be a fast acquisition mode capable of acquiring and displaying 20 frame / sec for a 64x64 image matrix. Preamplifiers should have less than 1.0 dB noise figure with transmitter power up to 100 watts and less than 1.3 dB with transmitter power greater than 100 watts. The receiver channel should be capable of receiving all major nuclides used for MR such as 1H, 19F, 31P, 13C, 23Na, 129Xe and 19K. There should be less than 1% distortion on the baseline when each receiver is used at maximum bandwidth and 10,000 acquisitions are acquired. There should be the capability of gating acquisition of data with a minimum two independent external signals and there should be a minimum of 4 BNC TTL output lines controllable by the pulse sequence. 7) RF Probes. The vendor shall supply the following probes. a) 1H volume resonator of at least 6 cm inner diameter that is compatible with the 9 cm gradient set. It is desirable but not a minimum requirement that the system achieve 90 degree pulse lengths of less than 50 microseconds with the RF amplifier supplied, and that the resonator be quadrature and / or be equipped to function with active RF decoupling as the transmit coil with a 2 cm surface coil as receiver. If the offeror can provide one or both of these enhancements this will be considered in the technical evaluation. Magnetic field homogeneity achievable in the probe should be consistent with specifications given with the room temperature shims. Eddy currents generated in the probe by the 9 cm gradient set should be minimal so the modern state-of-the-art imaging experiments such as echo planar imaging and localized spectroscopy can be performed. b) A 1H volume resonator of at least 30 mm inner diameter compatible with the 4 cm gradient set. It is desirable but not a minimum requirement that the system achieve 90 degree pulse lengths of less than 25 microseconds with the RF amplifiers supplied, and the resonator be quadrature and / or be equipped to function with active RF decoupling as the transmit coil with a 0.75 cm surface coil as a receiver. If the offeror can provide one or both of theses enhancements this will be considered in the technical evaluation. Magnetic field homogeneity achievable in the probe should be consistent with specifications given with the room temperature shims. Eddy currents generated in the probe by the 4 cm gradient set should be minimal so the modern state-of-the-art imaging experiments such as echo planar imaging and localized spectroscopy can be performed. c) A 1H surface coil of at least 20 mm inner diameter compatible with the above 6 cm 1H resonator and active diode decoupling. d) A 1H surface coil of at least 7.5 mm inner diameter compatible with the above 3 cm 1H resonator and active diode decoupling. 8) Computer. The Vendor should supply an industry standard host workstation for control of the console and data processing. The computer should come equipped with software for control and processing of modern state-of-the-art magnetic resonance imaging and spectroscopy experiments. The following requirements should be met: A) a minimum clock speed of 500 Mhz; B) 10/100 Base T Ethernet for communicating with any acquisition computer and general network communications; C) keyboard and mouse; D) Internal 8x CDROM; E) 1280 x 1024 19" LCD display; F) a minimum of 256 MB (512 MB preferred) memory; G) a minimum of 18 Gb system disk memory; H) a laser printer; I) An archival storage mechanism with at least 4 GB per unit of the medium used And J) any other requirements necessary to run the console. The vendor should supply two additional copies of software for acquisition and processing to be loaded on customer supplied workstations. 9) Installation: The vendor shall provide all labor, tools, equipment and materials for installation of these items, including all cryogens necessary for installation and energization of the magnet during regular NIH business hours at the mutual convenience of the vendor and the NIH. NIH will provide assistance in operation the console as needed to perform installation and testing. 10) User Training and Manuals: The vendor shall provide on-site training as well as training at the vendor's application site on operation and maintenance of the MRI system for at least two NIH employees. This training shall include guidance in trouble shooting potential problems. The vendor shall provide a full and complete hardcopy set of manuals and schematics for the system and shall agree to upgrade these materials in a timely manner when the system is upgraded. It is desirable but not a minimum requirement to have on-line version of these materials. If the offeror can provide this enhancement, it will be considered in the technical evaluation. 11) Warranties and upgrades: All systems and devices shall have a minimum warranty period of one year, including parts and labor, from the date of acceptance. The vendor shall guarantee to upgrade, at no additional cost, any components that become outdated due to advances in design made by the vendor within one year following acceptance of the console. In the case of the computer, if a change in computer platform is made within two years of acceptance, the vendor shall agree to upgrade to the new computer. The vendor shall supply any software upgrades free of charge for a minimum of one year after acceptance of the system. The foregoing provides that minimum warranty and guarantee periods and NHLBI prefers to have a two year warranty period, two year of free upgrades from outdated component, and up to five years of free software upgrades. If the offeror can provide this enhancement, the Government will consider it in its technical evaluation. The offeror will be responsible for providing the type of add-on pricing information described under "RF receivers" above, and the Government reserves the right to make the award with or without the desired but discretionary feature. 12) Delivery: Delivery shall be made F.O.B. Destination, inside delivery no later than 240 days after contract award to the NIH MRI Research Facility, NIH, Bethesda, MD. It is desirable to have delivery within 120 after contract award. Offerors shall specify the delivery time that they can meet in their offer, and the Government will consider an ability to meet the desired delivery times in its technical evaluation. Overall System Performance and Acceptance Conditions: 1) Compliance with each specification item above including magnetic field drift and homogeneity, gradient performance, RF console performance, and RF probe performance. 2) Ability to perform with a graphical user interface, the imaging experiments listed below on both the gradient sets with minimal field of view allowable by gradient strength and digitizer. In all cases, ghosting artifacts should be less than 1% the average image intensity. There should be no evidence of RF noise appearing as bright spots in the image. Pixel intensity should be stable to at least 0.5 % rms deviation over a 30 minute period. In all cases slice orientation and size should be able to be arbitrarily selected using scout image data. a) Multiple slice multiple echo image sets of up to at least 1024 x 1024. Capability for T1 weighting with inversion recovery. Capability of fat suppression. Capability of randomizing slice order and acquisitions of phase ordering in k-space. b) Multiple slice gradient echo images of at least 1024 x 1024 with a TE of 2 msec and a TR of 5 msec. c) Gradient echo and Spin-echo echo planar imaging of a least 128 x 128 using 75% of maximum read gradient strength and maximum field of view allowed by digitizer. d) Some form of 3D imaging with 512 x 512 x 512 data including processing and display of images. e) A version of the above sequences on an X nucleus such as 31P or 23Na in a concentrated test phantom. f) Some version of diffusion weighted imaging and apparent diffusion constant mapping with navigator correction for motion. g) Some form of MR angiography. h) Some form of chemical shift imaging with 1H and 31P on concentrated test phantoms. 3) Demonstrated ability to perform, with a graphical user interface, STEAM, PRESS, and Outer Volume suppressed ISIS on gradient set(s) with a minimum of 1 cm voxel size for 1H and an X nucleus such as 31P or 23Na. Suppression of signals outside the selected voxel should be greater than 95%. Deliverables: 1 7T/16 cm Magnetic Resonance Instrument to be delivered and installed not later than 8 months after contract award; however, actual delivery schedule will be negotiated with the offeror prior to contract award. The provisions of FAR Clause 52.212-1, Instructions to Offeror-Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The evaluation procedure is based upon the technical specifications identified in the SOW. The technical evaluation criteria rating is as follows: 1) Overall MRI Performance = 30 points; Based on images and data provided concerning the criteria outlined under Requirements for a 7T/16 cm MRI System, and Overall MRI Performance and Acceptance Conditions described in the SOW. 2) Magnet design and specifications = 20 points; The magnet system should have a field strength of 7T with a 16 cm bore, with field homogeneity of at least < 1 PPM peak to peak over a 6 cm diameter spherical volume, and < 0.1 PPM over a 4 cm diameter spherical volume, and be able to operate without an RF shielded room. 3) Gradient performance = 20 points; As specified in the SOW under Gradients in Requirements for a 7T/16 cm MRI System detailed in the Statement of Work. 4) Console Specifications = 20 points; As specified in the SOW under RF Electronics in Requirements for a 7T16 cm MRI System detailed in the Statement of Work. 5) Warranty and technical support = 10 points; One full year warranty, supply software upgrades free of charge for a minimum of one year after acceptance of system, and technical support especially in the area of small animal imaging. TOTAL POSSIBLE POINTS = 100. The contractors must submit written descriptive literature of the system, an itemized price list and warranties of the product quoted. The Government intends to evaluate proposals submitted through contracting by negotiation procedure for this acquisition. The award will be made on the basis of Past Performance, Technical Evaluation, lowest priced, technically acceptable quote meeting the Government requirements. It will be necessary to conduct discussions with the offeror(s). There are technical and clinical considerations involved with the manufacturing of this system. The Government intends to conduct Pre-Award site visits to potential offerors, or offerors shall provide demonstrations of the capabilities of their system at the NIH before September 25, 2003. Therefore the initial offer must contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda to the clause read as follows: The offeror must include in their quotation, the unit price, the 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. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://WWW.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit two (2) copies of a quotation to the below address. The quotation must reference solicitation number NHLBI-PS-2003-106. The Government intends to award a contract by September 29, 2003. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, 6701 Rockledge Drive, Suite 6149, Bethesda, Maryland 20814-7902, Attention: Ms. Cecilia Morales. Fax quotations will only be accepted if dated and signed by an authorized company representative.
 
Record
SN00429711-W 20030911/030909213114 (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.