Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2015 FBO #4962
SOURCES SOUGHT

66 -- PET/CT in vivo animal imager

Notice Date
6/23/2015
 
Notice Type
Sources Sought
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-15-502
 
Archive Date
7/23/2015
 
Point of Contact
Farrin Stanton, , ,
 
E-Mail Address
farrin.stanton@nih.gov, farrin.stanton@nih.gov
(farrin.stanton@nih.gov, farrin.stanton@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. 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. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of qualified companies technically capable of meeting the Government's requirement. ALL organizations with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE 423490 OTHER PROFESSIONAL EQUIPMENT AND SUPPLIES MERCHANT WHOLESALERS The goal of the Neuroimaging Research Branch (NRB) is to better understand the neurobiological antecedents of illicit drug use and abuse, the neuronal consequences of short and long-term drug use and the potential reversibility of these neuroadaptations. The major paradigm employed towards this goal is the development and application of novel neuroimaging tools, predominantly MRI based but also employing PET and EEG, applied together with behavioral, cognitive and pharmacological manipulations and genetic investigations in both preclinical and human based protocols. Advanced MRI acquisition pulse sequences and novel analysis strategies are developed and applied in both human and preclinical models in an integrated translational approach to understand the causations of drug taking along with the acute and long term consequences of such use. Healthy, disease free individuals and those with various drug dependence disorders are studied. The long-term objective of this research is to inform the development of better behavioral and pharmacological interventions to treat substance abuse and help prevent vulnerable individuals from initiating drug use. The NIDA IRP CNRB has a requirement to procure a PET/CT in vivo animal imager to aid in the preclinical scanning of NIDA research animals. The unit must be capable of scanning a variety of small research animal including both mice and rats. The NIDA IRP CNRB has a requirement to procure a PET/CT (selected variant PET82/CT) with the capacity to provide dual-modality functional pre-clinical scanner images of animals ranging from mice to rats. The imaging system will possess integrated animal handling and monitoring systems, a DICOM server and post processing software. The selected variant shall be able to deliver PET imaging performance with sub-millimeter reconstructed resolution and high sensitivity (7% [205-750keV; NEMA NU 4-2008 standard]) combined with a fully-functional, dedicated CT subsystem capable to perform ex-vivo, high resolution (down to 10µm isotropic voxel size). The CT will also possess the ability to provide attenuation and scatter correction resulting in absolute quantification accuracy >97% with exceptional image quality characteristics. Specifically, the unit will be capable of providing no less than the following: • PET/CT with dual modality gantry • PET subsystem: 8 PET modules • PS-PMTs, 11cm bore size, 8cm TFOV (thermal field of view), 10cm AFOV (apparent field of view); 1mm resolution w 3D recon • CT Subsystem, 80W X-Ray source, variable FOV • Training for the equipment • Installation- unpacking and system assembly CAPABILITY STATEMENT INFORMATION SOUGHT Respondents must provide, as part of their responses, clear and convincing documentation of their capability of providing the item(s) specified in this notice. Contractors that believe they possess the ability to provide the required must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Farrin Stanton, Contract Specialist, at Farrin.Stanton@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before July 8, 2015 11:00am, eastern time. CONCLUDING STATEMENTS Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order. 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-2/HHS-NIH-NIDA-SSSA-SBSS-15-502/listing.html)
 
Place of Performance
Address: 31 Center Drive, Bethesda, Maryland, 20879, United States
Zip Code: 20879
 
Record
SN03773505-W 20150625/150623235455-d544dd9bf2599c06186a9c7c6b13c761 (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.