Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2016 FBO #5355
SOURCES SOUGHT

66 -- Positron Emission Tomography in freely-moving rats

Notice Date
7/20/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-2016-497
 
Archive Date
8/14/2016
 
Point of Contact
Pamela J. Daugherty, Phone: 3014802467
 
E-Mail Address
pamela.daugherty@nih.gov
(pamela.daugherty@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources to perform a potential requirement. 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 National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Mental Health (NIMH) is the lead federal agency for research on mental disorders. The mission of NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. The Neuroimaging Research Branch of NIMH will be performing small animal PET experiments in various rodent models of addiction. These are limited to imaging immobilized or anesthetized animals. In order to image brain processes from animals that are freely moving, and thus be able to integrate brain imaging with behavior in the rodent addiction models, a system is needed where the animal can carry it around with them during active behavioral tasks without notable indication of distress. PURPOSE AND OBJECTIVES: The purpose of this acquisition is to purchase a service contract to support the NIDA IRP Neuroimaging Research Branch to assist in building a research infrastructure for performing positron emission tomography studies in freely-moving rats. This type of infrastructure is currently being applied at Stony Brook University. Stony Brook University will build and train the staff on the equipment and software. PROJECT REQUIREMENTS: 1) The contractor shall provide the design and the list of materials needed to the NRB that are required for supporting experimentation of the miniaturized PET scanner. 2) The contractor will assist the NRB staff in assembling these items via communication or physical travel to NIDA 3) Upon setting up the infrastructure for supporting the miniaturized PET scanner and concurrent behavioral experimentations, the contractor shall travel to NIDA as needed I order to support ongoing experiments using the specified device and infrastructure. 4) The contractor shall analyze quality control data as needed and provide insight into improvements for experiments. 5) The contractor shall provide the NRB staff access to the miniaturized PET camera by locating it at NIDA for minimum of 6 months over the calendar year. This period can be altered with joint agreement by both parties. 6) The contractor shall provide training for NRB staff in the use of the above device and infrastructure. At the conclusion of the contract period, NIDA researchers shall be capable of conducting experiments employing this methodology independently. ANTICIPATED PERIOD OF PERFORMANCE: August 8, 2016 - August 7, 2017 PLACE OF PERFORMANCE All efforts for this requirement will take place at: 333 Cassell Drive, Rm 1106 Baltimore, MD 21224 OTHER IMPORTANT CONSIDERATIONS: CAPABILITY STATEMENT / INFORMATION SOUGHT: Respondents must provide clear and convincing documentation of their capability of providing the products and services specified in this notice. 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. Respondents must provide their DUNS number, organization name, address, point of contact, and size and category of small business (e.g., 8(a), HUBZone) pursuant to the applicable NAICS code AND any other information that may be helpful in developing or finalizing the acquisition requirements. Finally, respondents are also encouraged to 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 that may be applicable. 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) pages. The 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.) by July 30, 2016 at 3:00 pm: Pamela Daugherty Contract Specialist NIH/NIDA/SSSA pamela.daugherty@nih.gov 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-2/HHS-NIH-NIDA-SSSA-SS-2016-497/listing.html)
 
Place of Performance
Address: 333 Cassell Drive, Rm 1106, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04189246-W 20160722/160720234526-e9850fd1af7e59364f6e2c6080cc3c1b (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.