Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOURCES SOUGHT

66 -- PET/CT scanner

Notice Date
5/15/2020 1:31:57 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
20-003918
 
Response Due
5/27/2020 9:00:00 AM
 
Archive Date
06/11/2020
 
Point of Contact
Kristina Jenkins, Phone: 3014027464, Valerie Whipple, Phone: 3018275218
 
E-Mail Address
kristina.jenkins@nih.gov, Valerie.whipple@nih.gov
(kristina.jenkins@nih.gov, Valerie.whipple@nih.gov)
 
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: Animal models play an important role in the translational research for drug development.� The mission of Molecular Imaging Branch is to develop various imaging probes for the brain to study psychiatric disorders in human.� The efficacy of all novel radiotracers will have to be tested in vivo in animals before they get applied to human.� The Molucular Imaging Branch acquired two microPET Focus preclinical scanner in 2006. Both scanners have reached their end of life as Siemens will discontinue their support to all microPET scanners by December 31, 2020. In order to continue our research mission, we propose to acquire a human PET/CT scanner to replace the Focuses.� �� With the technology advance, current human PET/CT scanners have more than adequate resolution to image nonhuman primates, as �the Molecular Imaging Branch has already been using the human PET/CT in �Clinical Center PET Department to perform whole body monkey scans for the past few years.� Because of the high demands for human studies and concerns about cross species contamination in the PET Department, it is recommended that we obtain our own scanner for the animal imaging program, continuing the same set-up. Purpose and Objectives: The purpose of this acquisition is to procure a PET/CT scanner for its non-human primate PET (Positron Emission Tomography) imaging program.�� Purchase Description: PET/CT scanner Five additional years extended warranty in additional to the one-year standard warranty which comes with the purchase A software upgrade that includes dynamic list mode acquisition and retrospective histogramming which allows flexible manipulation of the dynamic data Salient characteristics The PET scanner shall have a transaxial field-of-view (FOV) of ~ 70 cm or larger and an axial FOV > 15 cm. The bed shall be able to handle patient load up to 225 kg with table speed range 0.1-200 mm/sec and positioning accuracy 6 cps/kBq.� Peak NEC and peak true rate should be > 90 kcps (@ 310 kcps (@ 16 cps/kBq, > 220 kcps (@ 780 kcps (@ < 53 kBq/cc) respectively. Reconstruction time for 3D-OSEM per bed position (180x180 matrix, 81 plnes) shall be faster than 20 sec without TOF information and 25 sec with TOF information. The PET scanner shall support dynamic acquisition that includes: -list mode acquisition, offline histogramming and reconstruction -retrospective histogramming in any arbitrary frame durations of 3 sec or greater -maximum of 100 frames defined by available disk space -whole body (multi-bed) dynamic support of up to 25 passes -the ability to reconstruct and sum multiple passes to generate a static image -PET dynamic speed function which provides online replay/reconstruction capabilities during list mode acquisition, improving dynamic imaging throughput High performance CT shall have a scan field of 70 cm or larger, be capable of acquiring �16 or more slices per rotation with rotation time of 1.5 sec or less � completing a whole-body scan of rhesus macaque with 1 mm slice thickness in < 1 min (image reconstructed). Typical CT image uniformity shall be � 2 HU ( � 4 HU max.). The system shall support, both CT & PET, DICOM image viewer and export. Training shall include at least 32 hours of onsite training after the installation of the PET/CT. Contractor shall include an acceptance test following The National Electrical Manufacturers Association performance standard by an independent inspector. Anticipated Delivery Period: Contractor shall deliver within 270 days after receipt of order (ARO). Capability statement /information sought: Contractors that believe that they possess the ability to provide the required equipment, should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. The Contractor should directly and specifically state in the, capabilities statement, which project requirements can be meet and/or supplied. The Contractor must also provide the following; 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); Identify where equipment and parts are manufactured; identify if their proposed equipment is available on GS; and Provide any other information that may be helpful in developing or finalizing the acquisition requirements. 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. A cover page and an executive summary may be included but is not required. The response is limited to two (2) page limit. The 2-page limit does not include the cover page or executive summary. 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. The response must be submitted to Kristina Jenkins, Contract Specialist, at kristina.jenkins@nih.gov The response must be received on or before May 27, 2020 at 12 pm, Eastern Time. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/43656d6960014d41853aa89666a67895/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05659809-F 20200517/200516071022 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.