Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOURCES SOUGHT

65 -- Preclinical PET/CT for imaging of Rabbits and Non-Human Primates

Notice Date
2/1/2018
 
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 of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
SS-RML-C-1889463
 
Archive Date
2/24/2018
 
Point of Contact
Tamara K. McDermott, Phone: 406-375-7487
 
E-Mail Address
tamara.mcdermott@nih.gov
(tamara.mcdermott@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 all qualified sources to perform a potential requirement. Background, Purpose, Objectives The National Institute of Allergy and Infectious Diseases (NIAID) is currently seeking sources that have the capability to provide a Positron Emission Tomography (PET) coupled with High-Resolution Computed Tomography (HR-CT) or PET/CT for imaging 0.3-.05 kg marmosets, 3-5 kg rabbits, and 4 to 9 kg Rhesus or Cynomolgus macaques. This equipment will expand the capacity of the Institute to image animals for multiple NIAID investigators. The PET/CT imaging equipment will be located in a Biosafety Level 3 (BSL-3) animal facility and must have sufficient resolution and speed to image 0.2 mm anatomic structures in animals as big as Rhesus macaques and adult New Zealand White (NZW) rabbits. The new scanner must fit within the animal room allotted for imaging (4' x 6' ft2) along with the other required equipment for caring for the animals during the procedure. Project Requirements The PET/CT system must meet, at a minimum, the following technical requirements: 1.Due to size limitations where this equipment will be housed, the maximum footprint for the PET/CT system is 6' x 6' x 6' 2.Internal X-ray shielding such that the operator may be within the room 3.The PET and CT subsystems must be co-registered by both hardware and software design (within one machine unit) with a common animal support 4.Active product with at least 10 years of planned maintenance/parts support 5.Large bore size (~25cm) with a.Transaxial Field of View (TFOV) 16 to 20 cm, b.Axial Field of View (AFOV) ~ 15 cm per bed, c.Multiple bed acquisition protocols programmable to acquire whole body images of medium size animals (rabbit, rhesus NHP) d.The integrated and physically co-registered CT must have the same TFOV and AFOV as the PET 6.PET capable of 1 mm resolution 7.CT capable of 0.2 mm resolution 8.Segmented CT is used for attenuation and scatter correction of PET signal 9.Automated movements for both CT and PET subsystem beds using scout view CT planning image 10.Beds offered for various animal types: rhesus monkey, rabbit, marmoset, rat, mouse 11.Beds for rabbits and smaller animals are integrated with the temperature control (heating support), anesthesia delivery and vital monitoring systems 12.Prospective gating for respiratory and cardiac cycles - programmable with triggering by included animal vital monitoring system 13.US based support and service The Government anticipates making a single award, Firm Fixed Price (FFP) purchase order. Anticipated Period of Performance It is anticipated that an award will be made on or about April 1, 2018. Completion of services will be expected no later than July 30, 2018. Capability Statement/Information Sought If your organization has the potential capacity to provide this PET/CT imaging system, please provide the following information: 1.Organization name, address, point of contact, email address, website address, telephone number, DUNS number 2.Size and type of ownership for the organization 3.Tailored capability statement addressing the system requirements 4.Are you the manufacturer of the PET/CT system? 5.Are you an authorized distributor/reseller of the PET/CT system? 6.What is the manufacturing country of origin of the PET/CT system? If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Capability document shall be no more than 6 pages. Submission Instructions Interested businesses who consider themselves qualified to provide the above listed PET/CT system are invited to submit a response to this Sources Sought Notice by February 9, 2018 at 5:00 PM EST. All responses under this Sources Sought Notice shall be emailed to Tamara McDermott tamara.mcdermott@nih.gov. Disclamer 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/AMOB/SS-RML-C-1889463/listing.html)
 
Place of Performance
Address: C.W. Bill Young Center, 33 North Drive, Building 33, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04806563-W 20180203/180201231216-fb4c896175ee4d2c4b4617c64dd198d7 (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.