Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2015 FBO #4919
SOURCES SOUGHT

66 -- 3 Tesla MRI Scanner for Nonhuman Primate (NHP) Imaging

Notice Date
5/12/2015
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-15-357
 
Archive Date
6/6/2015
 
Point of Contact
Matthew P. Antonini, Phone: 301-402-1678
 
E-Mail Address
matthew.antonini@nih.gov
(matthew.antonini@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government 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 notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. BACKGROUND: The Neurophysiology Imaging Facility (NIF) is a core resource of the National Institutes of Health (NIH) intramural research program. Initiated in 2004 primarily by the National Institute of Mental Health (NIMH), with additional contribution from the National Institute for Neurological Disorders and Stroke (NINDS) and National Eye Institute, its function is to serve as a core resource for non-human primate imaging using the method of Magnetic Resonance Imaging (MRI). The capacity to add functional and anatomical imaging to the repertoire of methods used to study the nonhuman primate (NHP) brain at NIH, aids greatly in the understanding of healthy and diseased brain anatomy, function and physiology. The NIF requires installation of one 3 Tesla MRI imaging system suitable for state-of-the-art functional MRI research in animals. Since most commercially available scanners suitable for NHPs are human scanners, their design constraints are tailored for humans. This project requires very high imaging performance, which is most easily and simply achieved using specialized gradient insert coils. Thus the new scanner must either be able to accommodate a proven gradient coil insert, or it must be able to match the gradient performance on its own. The new MRI scanner will be used for anatomical and functional scanning of NHPs only, and will never be used to scan humans. PURPOSE AND OBJECTIVES: The purpose of this acquisition is to add a system to conduct state-of-the-art functional MRI research in NHP. The added system is required to meet the needs of the growing NHP scanning community at the NIH and to overcome various limitations of the existing system. PROJECT REQUIREMENTS: 1.Acquisition of an additional 3T scanner The NIF requires installation of a new or refurbished 3T scanner suitable for high-performance anatomical and functional MRI in NHP subjects. Following acquisition, the scanner will be stored temporarily by the vendor at the Government's site or the vendor's site, and will be installed into renovated space in Building 49 upon completion of the renovation. Scanner delivery, storage, transportation and installation will be included in the contract. a.General Systems Performance Requirements The additional 3T MRI scanner must be capable of collection of state-of-the-art images of the brain for functional MRI using Echo Planar Imaging (EPI), diffusion MRI (dMRI) including diffusion tensor imaging (DTI), diffusion spectrum imaging (DSI), and routine high-resolution neurological and structural brain imaging. The system must achieve the gradient performance outlined below, which most likely involves having physical space to allow for gradient inserts. Pulse sequence software for the MRI Systems shall be included so that pulse sequences can be modified by NIH investigators. Experimental MRI pulse sequences must be sharable with other researchers in the field. Real-time streaming access must be provided for the acquired magnetic resonance raw data for in-house developed image reconstruction. b.Magnet Field Strength and Bore Size The additional MRI system shall have a magnetic field strength of 3T. The minimum bore diameter of the system with a transmit/receive radiofrequency RF body coil and gradient hardware subsystems in place shall be 60cm such that it can accommodate a commercially available NHP chair. c.Gradients Thus the acquisition of an additional scanner must either be able to accommodate a proven gradient coil insert, or it must be able to match the gradient performance on its own. It is likely that the most value-effective and high-performance solution to these requirements would be acquisition of a refurbished scanner. The new MRI scanner will be used for anatomical and functional scanning of NHPs only, and will never be used to scan humans. The additional MRI system shall provide gradient system (through accommodating a proven insert gradient coil such as AC88 gradient coil, or by the built in gradient) capable of a gradient strength of +/-80 mT/m along each physical (X, Y, Z) gradient axis both independently and simultaneously. The magnetic field gradient for each physical (X, Y, Z) gradient axis must be capable of being slewed independently and simultaneously at 500mT/m/ms through all gradient amplitudes. In the case of accommodating the insert gradient coil (purchased separately), the MRI system must be able to drive/control the auxiliary gradient insert coil with the same pulse sequence environment. d.Radiofrequency Receiver System & Coils The additional MRI system shall provide a minimum of 16 receiver channels capable of simultaneous (parallel) operation. The system must allow for interfacing with custom-designed coils suitable for NHP imaging. e.Radiofrequency Transmit System The additional MRI system shall provide a quadrature or dual-channel transmit system. The system must allow for interfacing with custom-designed coils suitable for NHP imaging. The system shall be capable of gating using external triggering signal. f.Image Reconstruction Systems The image reconstruction system the additional MRI system must be capable of reconstructing images in real-time when acquiring parallel imaging data. Specifically, the system must be able to perform reconstruction of 2D parallel imaging data (EPI, matrix size 128, acceleration factor 2-4) acquired with 16 receive coils at a frame rate of at least 15 frames per second. The reconstruction hardware must feature a minimum of 32 GB RAM and a 64 bit multiprocessor system (8 cores minimum). The reconstruction system must be programmable by NIH investigators. g.Software The additional MRI system shall come with state-of-the-art software packages for sequence and reconstruction to enable functional MRI, diffusion MRI, and routine neurological imaging including Echo Planar Imaging and high-resolution structural imaging. The additional MRI system must be fully programmable such that end users and investigators can modify and customize the MRI pulse sequences and perform customized image reconstruction with access to Original Equipment Manufacturer (OEM) reconstruction software routines. This access must be included by the OEM when providing the upgraded or replaced MRI Systems. 2.Installation of MRI Systems The successful offeror shall design and perform complete installation of the scanner into a space that is to be renovated within the next year. Since the most likely acquisition would be of a refurbished scanner already filled with cryogen, and removing the cryogen from a "cold" scanner for "warm" storage encumbers some risk, storage should be done cold. Thus, prior to installation, it is desirable that the successful offeror shall be responsible for storing the scanner cold. It would also be acceptable for the cold storage to be accomplished elsewhere, such as an NIH warehouse, if cold storage is possible there (requires some expertise to make certain that the coldhead and compressor remain functional and that the cryogen levels remain at acceptable levels). The offeror shall be able to store the magnet at the Government's site or the vendor's site for up to 12 months before installation. All labor, materials, associated with storage, shipping, etc., required for installation shall be provided by the successful offeror. All renovations and installations shall be staged to minimize disruption to existing NIH, FMRIF and NMR Center operations. 3.MRI Systems Training The successful offeror shall provide on-site training to NIF staff in all hardware and software that will be required for routine operation of the additional MRI system. The Contractor shall additionally provide training in pulse sequence and reconstruction software development for staff involved in methods development. 4. Warranty of MRI Systems The additional MRI system shall come with a warranty. During the warranty period, the contractor shall provide maintenance support and equipment and software upgrades in accordance with industry standards. a.Warranty Period Maintenance and Upgrade Support The contractor must provide on-site maintenance service and upgrade support for the additional MRI system. The on-site maintenance service shall ensure the MRI Systems remain operable and fully functional. The system must be operational according to manufacturer specifications with high predictability and reliability to support their operation in the NIH NIF. The system will be in heavy use, and any system unavailability ("downtime") will impact a wide range of NHP research studies at the NIH and the mission of the NIH NIF. 5.Additional Requirements Due to Research Needs The additional MRI system is to be used for NHP research. Therefore, the Government requires access to technical information about the operations of the system in order to successfully use and design both gradient and RF coils. Specifically, the Government requires that the successful offeror provide tools for pulse sequence and reconstruction programming. Further, source code for any sequences installed on the systems shall be provided upon request as part of this requirement. This information will be used by NIH investigators to modify existing MRI pulse sequences and develop new MRI pulse sequence and reconstruction components for research purposes. The NIMH shall assure confidentiality of this information to the contractor or enter into a Collaborative Research and Development Agreement (CRADA) for research development of features dependent on this functionality. ANTICIPATED PERIOD OF PERFORMANCE: July 6, 2015 through July 5, 2016 PLACE OF PERFORMANCE All efforts for this requirement will take place at the following location: Neurophysiology Imaging Facility 49 Convent Drive Bethesda, MD 20892 CAPABILITY STATEMENT / INFORMATION SOUGHT: Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents must provide, as a part of their responses, clear and convincing documentation of their capability of providing the equipment and services specified in this notice. Respondents must provide a general overview of the respondent's opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. Also, information must be provided in sufficient details of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code AND any other information that may be helpful in developing or finalizing the acquisition requirements. SUBMISSION INSTRUCTIONS: One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in an outline format that addresses each element of the "PROJECT REQUIREMENTS" and each element of the "CAPABILITY STATEMENT / INFORMATION SOUGHT" paragraphs above. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist (Facsimile responses are NOT accepted.): Matthew Antonini Contract Specialist NIH/NIDA/SSSA matthew.antonini@nih.gov The response must be received on or before Tuesday, May 22, 2015 5:00 PM (EST). 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 presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-15-357/listing.html)
 
Place of Performance
Address: Neurophysiology Imaging Facility, 49 Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03728028-W 20150514/150512235313-50ca8b4a865242ddd977a3ced2cdd85e (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.