Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOLICITATION NOTICE

R -- Professional Consulting Services for MRI Installation

Notice Date
4/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-AR-2006-167BNJ
 
Response Due
4/27/2006
 
Archive Date
5/12/2006
 
Description
R.Q.M. No: QEW60015 Solicitation Number: NHLBI-PB(AR)-2006-167/BNJ Solicitation Type: Noncompetitive Suggested Source: SciTrials, LLC Title: Professional Consulting Services for MRI Installation THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Heart, Lung, and Blood Institute?s (NHLBI) Consolidated Operations Acquisition Center (COAC) for the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS)www.niams.nih.gov EP/MDB Branch intend to negotiate and award a purchase order on a noncompetitive sole source basis to SciTrials, LLC 194 Weatherbee Drive, Westwood MA 02090-2141, to provide expert consultation with regards to the purchase, installation, and acceptance testing for magnetic resonance scanners for the Osteoarthritis Initiative. SciTrails LLC. has a unique experience combining MR (Magnetic Resonance) technology with clinical trails, and this vendor has broad experience in application of imaging methodologies in clinical trail development. SciTrails LLC has worked in all areas of magnetic resonance scanning from software development, to hardware installation and acceptance testing. SiTrails has experience in the identification of objective measurements for assessing errors related to performance of MR system components, which is essential for the coordinated function of MR scanners in a large clinical study. This vendor has established relationships with the NIAMS institute?s MR vendors, and is skilled in the translation of offering and protocols from one vendor?s product to the other. The vendor would also assist NIAMS with it?s mission goal of completion within a narrow time line, preventing delay of the study start date which would have the potential to cost the Government more money. SciTrails unique set of skills, vested interest in the Osteoarthritis initiative, excellent MR experience and clinical trails experience, makes the company the best qualified for consultant. SciTrails has followed the purchase of the four 3.0 Tesla MR Systems and peripheral hardware/software since the fall of 2002 to present, and has a complete understanding of the Governments requirements to carry out a well controlled study. Duties: The imaging Technical Consultant will report to the NIAMS OAI Program Director. The primary goal of the MR imaging consultant will be to facilitate, in a smooth and timely manner, the purchase, installation and validation of four 3.0 Tesla MR Systems and peripheral hardware/software, for the longitudinal evaluation of bilateral knees and thigh muscles. The consultant would define objective measurements to assess the MR system components, which might impact the MR imaging assessment by the introduction of systematic or time varying errors. The consultant would also provide answers to technical questions, review system validation measurements and maintain a program (Technical) time line as tools with which to identify potential solutions to those issues. In addition, the consultant will ensure that the NIAMS/OAI protocols are validated in each clinical MR system, and that the sites are trained in QA (Quality Assurance) protocol and SOP (Standard Operation Procedures). Place of Performance: The work may be performed primarily at the Contractor?s work site. Period of Performance: The proposed period of performance is six (6) months from the date of contract award. The Government has estimated 140 hours labor hours for the performance of the tasks for this requirement. The sole source determination is based upon SciTrails excellent ability to oversee and advise on upgrades of Image Data Handling, participation in design reviews for new data handling methods for imaging, ensure Governments needs for image data portability integrity, audit trail, to insure process oversight are achieved using undated methodology, assess processes for restoring, de-identification, and scrubbing of all OAI historic images, verify audit trails for image handling, provide a unique understanding of the Government?s requirements of conducting this well-controlled study. As such, an award to any other source for this requirement would result in a substantial duplication of cost to the Government that is not expected to be recovered through competition. This acquisition is being conducted under FAR Part 13, simplified acquisition procedures. It is noted that FAR Part 6, Competition requirements are not applicable to this acquisition. The North American Classification System (NAICS) code applicable to this requirement is 541690. This notice of intent is not a request for competitive proposals. Interested parties are required to review the above requirements, and submit a statement of interest which includes; firm fixed loaded hourly price, documentation of the capabilities of meeting the Governments requirements; at least (3) references documenting successful past performance in meeting the Government?s minimum specification; and a proposed plan. The submission is due 15 days from the posting date at 08:00 a.m. The submission must also include any prompt payment discount terms, the Duns & Bradstreet number (Duns), the Taxpayer Identification Number (TIN) and the vendor?s business size. The vendor must also register in the Government?s Contractor Registry System, www.ccr.gov. The determination of the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement. Responses to this notice, referencing synopsis number NHLBI-PB(AR)-2006-167/BNJ, may be submitted by mail to the National Heart, Lung, and Blood Institute, Office of Acquisition, Procurement Branch, 6701 Rockledge Drive, Rockledge Building 2, Suite 6123, Bethesda, Maryland 20892-7902, Attention: Jeffery Battle, by fax transmission to (301) 480-3430 or by email to battlej2@nhlbi.nih.gov or hawkinsd@nhlbi.nih.gov. All responsible sources may submit information, which if timely received, shall be considered by the agency.
 
Place of Performance
Address: The National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS), located on the main campus of the National Institutes of Health (NIH), Bethesda, MD
Zip Code: 20892
Country: United States of America
 
Record
SN01025450-W 20060413/060411220346 (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 |
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.