SOURCES SOUGHT
66 -- Procurement of a Pre-Clinical MRI Coil - Sources Sought D002450
- Notice Date
- 9/13/2017
- 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-SS-17-827
- Archive Date
- 9/30/2017
- Point of Contact
- Danielle R. Brown, Phone: 301 480 2385, Danielle R. Brown,
- E-Mail Address
-
danielle.brown2@nih.gov,
(danielle.brown2@nih.gov, /div)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought D002450 - Procurement of a Pre-Clinical MRI Coil Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SS-17-827 2.Title: Procurement of a Pre-Clinical MRI Coil 3.NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing 4.Size Standard: 1,000 Employees 5.Description: 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 all 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: Currently, the LCI MRI Section performs rat neuroimaging studies in collaboration with LCS to elucidate the effects of chronic hypertension on vascular remodeling, perfusion and anatomical changes that may play a role in the etiology of Alzheimer's disease. For these studies, we use a surface coil array placed on the back of the rat head to receive the MRI signal from the brain and a large body coil to transmit the radio frequency pulses needed to excite this signal. While this setup gives good sensitivity for regions of the brain on the posterior (dorsal) side of the rat head, this sensitivity falls off rapidly with distance from the surface coil, so that deeper regions of the brain are shaded and difficult to visualize. The proposed volume coil would provide uniform coverage of the entire rat head in the anterior-posterior direction, enabling accurate anatomical measurements and spectroscopic studies of the deep brain. As a side benefit, this same coil could be used to excite the nuclear spins more efficiently than is possible with the existing body coil. This would allow shorter pulse lengths, shorter echo times and thus faster scan times than can be achieved at present. The improved sensitivity and excitation efficiency of the proposed rat head coil would benefit all rat neuroimaging studies. Because MRI provides a non-invasive, longitudinal means for acquiring anatomical and functional information from the rat brain in vivo, these improvements could benefit research being conducted in several IRP laboratories in addition to LCS. Moreover, the proposed coil will benefit our ongoing collaboration with the Johns Hopkins Department of Respiratory and Critical Care Medicine on the development of mouse models and chemogenetic treatments for obstructive sleep apnea (OSA). In these studies, the mouse must be enclosed in a pressurized container which is too large to fit our existing mouse or rat head surface coils. Although this container fits into our 35 mm volume coil, the sensitivity of this coil is relatively poor and the container cannot be expanded to accommodate obese mice, which are ideal candidates for OSA research. Acquisition of the 40 mm coil will allow us to perform these experiments on larger mice and should improve image quality by increasing the filling factor for both transmission and reception of radio frequency signals. Purpose and Objectives: The purpose of this requirement is to procure a pre-clinical MRI volume coil specifically for imaging and spectroscopy studies of the rat head. It will be used with our existing Bruker 7T/30 cm MRI scanner, gradient coils and animal beds for in vivo scanning of rat brains. It will also be used in studies of obstructive sleep apnea in mice, where a pressurized apparatus surrounding the mouse's head must fit inside the coil. Project requirements: Purchase Description: •Rat Head/Mouse Body Volume Coil - 40 mm •Mouse Tip for Body Volume Coil Applications •Rat Tip for Head Volume Coil Applications Salient characteristics: •Quadrature transmit/receive volume coil design for optimum transmission efficiency and sensitivity •Built-in stereotaxic head holder for anesthetized mice and rats •Physically compatible with existing Bruker mouse and rat beds and slider positioning apparatus on Bruker Biospec 70/30 USR magnet •Physically and electrically compatible with CCM interface on existing Bruker AV3HD console, i.e. coil must possess ODU connectors with pinout matching Bruker active quadrature combiner. Quantity: One of each part Anticipated delivery schedule: Within six (6) months after receipt of order (ARO). Other important considerations: The period of warranty is one year following demonstration of specifications. Warranty covers both parts and labor. Capability statement /information sought. Please provide a capability statement, this includes: •Provide evidence the respondent has performed services. •Provide evidence of similar previous contracts of research of the same magnitude. •Information regarding (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 project of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your 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. 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 and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. The response is limited to one to two (1-2) page limit. The 1-2 page(s) does include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. The response must be received on or before Friday, September 15, 2017 at 12:00PM, Eastern Standard Time. No extensions to the deadline will be granted. "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. 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-SS-17-827/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd, Suite 100, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04676020-W 20170915/170913232456-2ed7a3a01ae03196f0ecda570c9ef49c (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 |