Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2013 FBO #4064
SOURCES SOUGHT

R -- Magnetic Resource (MR) Imaging Consulting Services

Notice Date
1/7/2013
 
Notice Type
Sources Sought
 
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, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-AR-2013-057-CSP
 
Archive Date
1/28/2013
 
Point of Contact
Caitlin Palmer,
 
E-Mail Address
caitlin.palmer@nhlbi.nih.gov
(caitlin.palmer@nhlbi.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ANNOUNCEMENT NUMBER : NHLBI-CSB-AR-2013-057-CSP POST DATE : January 7, 2013 CLOSING DATE : January 13, 2013 PROPOSED AWARD DATE : January 31, 2013 Title : Magnetic Resource (MR) Imaging Consulting Services Project Title or General Description: The National Heart, Lung, and Blood Institute (NHLBI) on behalf of the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS), is seeking sources to provide Magnetic Resource (MR) Imaging Consulting Services. This SOURCES SOUGHT (SS) is being issued to help determine the availability of qualified companies technically capable of meeting the Government requirement. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this SS. The Government will NOT be responsible for any costs incurred by interested parties in responding to this SS. This FedBizOpps SS is strictly for market research purposes only. As a result of this SS, the Government may issue a RFQ, however, should such requirements materialize, no basis for claims against the Government shall arise as a result of a response to the SS. The North American Classification System (NAICS) code applicable to this requirement is 541690 - Other Scientific and Technical Consulting Services and the associated small business size standard is $14.0 Million. Based on the responses received from this SOURCES SOUGHT announcement, the NHLBI may conduct a competitive procurement. All eligible companies responding to this SS Announcement must have the capabilities to provide the below services upon receipt of contract. Statement of Work: The Osteoarthritis Initiative (OAI) is a multicenter, longitudinal, prospective observational study of knee osteoarthritis (OA). This Initiative is a public-private partnership between the National Institutes of Health (NIH) and private industry that seeks to improve diagnosis and monitoring of osteoarthritis (OA) and foster development of new treatments. The overall aim of the OAI is to develop a public-domain research resource to facilitate the scientific evaluation of biomarkers for osteoarthritis as potential surrogate endpoints for disease onset and progression. To better assist with this initiative, NIAMS requires the consulting services of a MR imaging Technical Consultant. Contractor Requirements: The primary goal of the MR imaging Technical Consultant will be to continue to facilitate and oversee: 1) The maintenance, performance and quality assurance for the four magnetic resonance scanners used by the OAI Clinical Centers, 2) The upgrades and improvements to both hardware and software for these systems, 3) The implementation of new and revised protocols as ancillary studies are added or system upgrades are implemented, 4) The improvement and implementation of electronic data transfer at all sites, and; 5) The evaluation and integration of MR analysis methods as applied to OAI MR Data. The contractor will continue to define and monitor objective measurements to assess function of the MR system components, which might impact the MR imaging assessment by introduction of systematic or time varying errors. The Contractor will continue to prepare and participate in manuscripts related to the MR performance and OAI data, provide answers to technical questions, review system validation measurements and maintain a program (technical) time line as tools with which to identify potential issues and to identify potential solutions to those issues. In the final year of this purchase order, work will focus on the transition of the OAI database and images to the NIH and deposit of these data resources into a publically accessible and supported format. Period of Performance: One, twelve (12) month base year, and two, twelve (12) month option years. Total hours for the base year will consist of 312.5 hours, total hours for option year one will consist of 312.5 hours, and total hours for option year two will consist of 312.5 hours. Companies that can perform the requirement above are requested to submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, data, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the task (s) as described above. The capability statement shall include the following: 1. Name and identify your size and type of business (i.e. Large Business; Small Business; Small Disadvantaged Businesses (SDB); Woman-owned Small Businesses (WOSB); Historically Underutilized Business Zone (HUBZone); Veteran-Owned Small Businesses (VOSB); and Service-Disabled Veteran-owned Small Businesses (SDVOSB]; 2. If subcontractors will be utilized, the name of company(ies), and a point of contact for the company (name, phone number, fax number and email address); 3. Any other relevant information that is not listed above which the Government should consider in finalizing its market research. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Caitlin Palmer, Contract Specialist, at caitlin.palmer@nih.gov in either MS Word or Adobe Portable Document Format (PDF), by January 13, 2013 by 12:00 a.m. EST. All responses must be received by the specified due date and time in order to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-AR-2013-057-CSP/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02960402-W 20130109/130107234324-5d3506c5f322517907b268781e0b6833 (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.