Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2017 FBO #5659
SOURCES SOUGHT

66 -- Bruker BioSpin 8-channel Mouse Body Array Coil with Parallel Receiver Upgrade

Notice Date
5/20/2017
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-386
 
Archive Date
6/14/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-386 2.Title: Bruker BioSpin 8-channel Mouse Body Array Coil with Parallel Receiver Upgrade 3.Classification Code: 66 - Instruments & Laboratory Equipment 4.NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing 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. 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: This upgrade offers several new capabilities not found in the current instrument. This instrument allows for invivo scanning of mice and also increase the capability from four to eight channels to take advantage of the eight parallel array channels in the new coil. This upgrade will facilitate the safe and effective usage of the scanner by postdoc and postbac fellows lacking an extensive background in operating MRI scanners. Purpose and Objectives: The proposed upgrade will accelerate the acquisition of MR images of the whole mouse body, liver and abdomen by simultaneously sampling data from multiple coils with different views ("parallel imaging"). The office currently performs these studies using a single-channel volume coil, so the use of eight parallel channels is expected to shorten scan time considerably, reducing the duration of anesthesia for each mouse and improving throughput. Moreover, parallel acquisition of body images can also be used to improve spatial resolution and signal-to-noise ration without excessive scan times. Finally, this accelerated sampling facilitates dynamic contrast enhanced (DCE) studies, in which images must be acquired rapidly as an injected contrast agent distributes through the body. MRI studies of fat content and distribution in the whole mouse body (visceral vs. subcutaneous fat) and liver (hepatic steatosis) are a mainstay of our collaborative research efforts. Specific studies include the SLAM project (TGB), intermittent fasting in Parkinson's disease model mice (LNS) and CB1 receptor knockout and overexpression in a mouse model of lipoatrophy (LCI). Purchase of the 8-channel mouse body array coil and it's required console hardware will directly benefit these and all other studies involving abdominal imaging and body composition measurements. Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, professional liability insurance, material and equipment not otherwise provided by the Government as needed to perform the below stated requirements. Purchase Description - Parallel Receiver Upgrade: 4  8 Channels (This parallel receiver upgrade extends the number of receive channels from 4 to 8). - Mouse Body Array Coil - 8 Channels (Anatomically shaped eight element mouse body array coil). Key Personnel The contractor will be responsible for ensuring that the personnel assigned for delivery, installation and training have the technical competence required to fulfill the requirements. In addition, personnel need to be certified by the Original Equipment Manufacturer (OEM). Level of Effort: Not applicable Government Responsibilities Government will provide Contractor personnel reasonable access to delivery location for installation. The Government will cooperate with Contractor personnel so that delivery/installation can be performed efficiently and without interruption. The Government will not be obligated to pay any federal, state, or local tax imposed upon or measured by contractor's net income. Applicable tax will be invoiced unless we receive a tax exemption certificate will be provided which acceptable to the taxing authorities. Delivery and Deliverables Baltimore, MD Reporting Requirements There are no reporting requirements. Anticipated Contract Type: A firm fixed price purchase order is anticipated. Period of Performance/Delivery Requirements: 8 months ARO Place of Performance: Baltimore, MD Capability Statement: Contractors that believe that they possess the ability to provide the required Neuropsychology Consulting Support Services should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement/information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to fifteen (15) page limit. The 15-page limit does not include the cover page, executive summary, or references, if requested. Interested organizations are required to identify their organization name, address, DUNS Number type of business (e.g. 8(a), HubZone, etc), applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government request 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 to Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. 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 anticipates negotiation of a firm fixed price purchase order. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 United States Place of Performance: Baltimore Maryland United States Primary Point of Contact: Jermaine Duncan, Contract Specialist Jermaine.duncan@nih.gov Phone: 301-827-7515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-386/listing.html)
 
Record
SN04516453-W 20170522/170520233109-deea05344bf622cb7d81f8fa68bc3eb6 (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.