SOLICITATION NOTICE
A -- COMPARISON OF ULTRASOUND AND MAGNETIC RESONANCE IMAGING TECHNOLOGIES TOQUANTIFY CHANGES IN THE SPINAL UNIT AS A RESULT OF SPACEFLIGHT
- Notice Date
- 10/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- NNJ10305368R
- Response Due
- 11/4/2009
- Archive Date
- 10/21/2010
- Point of Contact
- Ann E. Bronson, Contracting Officer, Phone 281-483-9889, Fax 281-244-5331, Email ann.e.bronson@nasa.gov - Perry L. Mueller, Contract Specialist, Phone 281-483-7158, Fax 281-244-0995, Email perry.l.mueller@nasa.gov
- E-Mail Address
-
Ann E. Bronson
(ann.e.bronson@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.NASA JSC has a requirement for research study to compare ultrasound and magneticresonance imaging technologies to quantify changes in the spinal unit as a result ofspaceflight. This notice is being issued as a Request for Proposal (RFP) for the development, design,and implementation of a study to compare the imaging quality of ultrasound and magneticresonance imaging (MRI) technologies to quantify changes in the cervical and lumbarregions of the spinal column including the intervertebral disc, facet joints, bonystructures, ligaments, tendons, and musculature (spinal unit).Proposals are sought tocompare imaging and analysis capabilities of ultrasound and MRI to determine ifultrasound can be used in flight to document changes in the vertebral unit that mightaffect crew health. SEE ATTACHED STATEMENT OF WORK at:http://procurement.jsc.nasa.gov/NNJ10305368R/SOW-MRI-Study-3-2.doc The provisions and clauses in the RFQ are those in effect through FAC 2005-37.This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541712 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Proposals should include: (1) a brief background and clear description of the researchmethodologies; (2) a list of all critical diagnostic images necessary to assess changesin the vertebral unit as a result of spaceflight that will include: [a] measures andimages of cervical and lumbar disks, cervical and lumbar vertebral bodies, and cervicaland lumbar spinal musculature should be captured and compared using both ultrasound andMRI technologies, [b] measures and images of the annulus fibrosus and nucleus pulposus ofcervical and lumbar intervertebral disks, and the cervical and lumbar posterior articularfacets, pedicles, processes and laminae, [c] measures for diagnostics including cervicaland lumbar intervertebral disk volume and height, and assessments of cervical and lumbarintervertebral disk morphology; [d] measrues of cervical and lumbar spinal muscle width,length, depth, cross-sectional area, and volume, as well as ligaments (such asinter/superspinous ligaments, posterior ligament, anterior longitudinal ligament,intertransverse ligaments) and tendons; (3) a schedule of proposed activities lasting notmore than one year; (4) resources, budget and facilities to be used for this project; and(5) identification of key personnel, including their background and related experience. Offers for the service described above are due by 2:00 pm CST on November 4, 2009 to AnnE. Bronson at ann.e.bronson@nasa.gov and must include: solicitation number, FOBdestination to this Center, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEP 2009), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36,52.225-1, 52-232-34.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail) to Ann E. Bronson @ann.e.bronson@nasa.gov not later than 2:00 pm CST on October 26, 2009. Telephonequestions will not be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror. Award will be in the form of a NASA Purchase Order with payment due when final report andprotocol are recieved and approved by the NASA Technical Monitor. Technicalacceptability will be determined by review of information submitted by the offeror whichmust provide a description in sufficient detail to show that the service offered meetsthe Government's requirement.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Submitted proposals will be reviewed and judged based on thefollowing selection criteria: technical merit of the proposal, total cost of theresearch plan, participating personnel and their appropriate experience with topic area,and the ability of the investigators to accomplish the stated objectives/requirementswith resources requested and existing facilities. It is critical that offerors provideadequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc.These representations and certifications will be incorporated by reference in anyresultant contract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. Theoffer shall be limited to 10 pages. Any pages in excess of this page number limitationwill not be included as part of the Government's evaluation. It is the offeror'sresponsibility to monitor the following Internet site for the release of solicitationamendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential offerors will be responsible for downloading their own copy of thiscombination synopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10305368R/listing.html)
- Record
- SN01989532-W 20091023/091021235044-f67f529669004382da6b47b1428470ae (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 |