Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2010 FBO #3233
SOLICITATION NOTICE

A -- Non-human primate Pet Scans for research of axon growth in live subjects

Notice Date
9/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24110RQ0591
 
Response Due
10/12/2010
 
Archive Date
11/11/2010
 
Point of Contact
James.Kneeland@VA.Gov
 
E-Mail Address
Contracting Specialist
(james.kneeland@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for PET Scans on Non-Human Primates. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA-241-10-RQ-0591 The VA intends to issue a sole-source contract to Yale University, Department of Radiology, PO Box 208042, New Haven, CT 06520 but will entertain other qualified offers. This requirement is not set aside; it is conducted under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The NAICS Code is 541712. The standard size is 50011 personnel. However, the VA will entertain other qualified offers. In SCI animals, the efficacy of therapeutic interventions to enhance recovery of function is easily correlated with the ability to promote axonal growth through the dissection of spinal tissue at the end of an experiment. For human trials of such therapies, a non-invasive method to visualize the growth of spinal cord axons would greatly enhance the insight gleaned from clinical studies by correlating intended mechanism with functional neurological outcomes. We have recently reviewed some of the potential clinically feasible approaches for monitoring axonal regrowth after SCI (Harel and Strittmatter, 2008). No existing technique provides an entirely satisfactory method for determining whether axonal growth has or has not occurred after treatment of SCI. Diffusion tensor imaging by magnetic resonance has demonstrated massive disruption of highly fasciculated spinal cord tracts after injury (Fujiyoshi et al., 2007), but it is extremely doubtful that this method can image the branched, tortuous and disorganized growth that occurs after spinal cord injury in response to NgR(310)ecto-Fc treatment (GrandPre et al., 2000; Kim et al., 2003; Kim et al., 2004; Lee et al., 2004; Li et al., 2004; Dimou et al., 2006; Wang et al., 2006; Cafferty et al., 2007). We propose a non-human primate validation of a novel method to achieve images of axon growth in live subjects by using serotonin transporter Positron Emission Tomography (PET). We expect this will be a crucial measurement in future clinical trials of axonal growth promoting recovery strategies. In order to visualize raphespinal axon growth in the caudal spinal cord, a presynaptic marker of this axonal subset is required. Positron Emission Tomography (PET) ligands for serotonin reuptake sites are available, and [11C]AFM shows highly selective binding to serotonin transporters (5HTT) in vivo (Huang et al., 2002; Huang et al., 2004). We will study the raphespinal pathway in normal and on existing spinal cord injured non-human primates (NHP's) using PET scans. Monkeys that had a C5/C6 hemi section will be used to see if the novel SERT ligand [ 11C]AFM is a useful tool for in vivo axonal regeneration. This announcement constitutes the only solicitation and no other solicitation document will be issued. Request for Quotation (RFQ) number #VA-241-10-RQ-0591 is available upon request. The incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulations. Using Simplified Acquisition Procedures, the VA Boston Healthcare system intends to award a commercial Firm Fixed Price (FFP) award to an affiliate, Yale University, Department of Radiology, PO Box 208042, New Haven, CT 06520 Interested vendors may offer a quote for consideration or future use. Interested parties must submit their technical specifications of services, past performance information and price detailing how their services meets VA requirements to the contract specialist via e-mail. You should also provide your DUNs number, Federal Tax ID and GSA number, if on a GSA contract. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. All responses must be received NLT Friday, October 15, 2010 NLT Noon EST USA. E-mail: James.Kneeland@VA.Gov (ii) This solicitation is issued as a Request for Quotation (RFQ); the solicitation number is VA-241-10-RQ-0591 (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular April 22, 2010.. (iv) This is not a set aside. The NAICS Code is 541712. The standard size is 50011 power personnel. (v) The contract line item numbers and items, quantities and units of measure are also provided in the in section (vi) as Requirements. (vi) The following is a description of the requirements for the services to be provided: Requirements: 1.Contractor shall provide scan N=20 subjects on a HRRT PET scanner using PET and the 5-HT receptor specific radioligand ("CJAFM"). 2.Contractor shall provide the following per PET scan: a.Chemistry personnel, PET technologists and Computer support personnel. b.Cyclone, chemistry modules, gas chromatographs, HPLC, PET scanner and computer cluster equipment, as needed. c.Chemistry supplies including precursors.. d.Sterility and pyrogen tests. e.PET transmission scans f.Supplies, such as IV solution and catheters 3.Contractor shall provide daily PET scanner quality control, image reconstruction on a dedicated computer cluster, storage and backup of reconstructed PET data and processing for fully automated production of binding potential images. 4.Contractor shall provide oversight of the technical operation of the facility and troubleshoot any unusual circumstances. 5.Contractor shall maintain and oversee the cGMP compliant PET radiochemistry laboratory, which will process pyrogen and sterility testing for each production run. 6.Contractor shall provide weekly viable particulate and monthly total particulate monitoring, animal and b-animal calibration and certification of all equipment involved. 7.Subcontractors shall not be used unless approved in advance by VA, and studies and reports shall not be forwarded to third parties. 8.Contractor shall ensure that all of the personnel involved in the PET scan process are properly trained. 9.Contractor shall use reasonable efforts to report any deficiencies in image quality back to VACHS in a timely manner. 10.Contractor must be within a 25 mile radius of the West Haven campus of VACHS so that transportation and handling of non-human primates may not endanger the animals' lives. (vii) The date and place of delivery and acceptance and FOB point is: Friday, October 15th, 2010, NLT Noon EST USA Department of Veterans Affairs VISN 1 Brockton Office 940 Belmont Street Brockton, Ma 02301 Offers will only be accepted electronically. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and the following addenda applies to the provision. (ix) Provision 52.21-2, Evaluation of Commercial Items is applicable. Past Performance and Technical Ability are approximately equal to Price for evaluation purposes. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. (xi) 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. Addenda to this clause are: (xii) 52.212-5, Contract Terms and Conditions To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition and all applicable FAR clauses cited in this clause are applicable: (xiii) Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are: FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.232-18 Availability of Funds (APR 1984) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.270.1 Representatives of Contracting Officers VAAR 852.273-76 Electronic Invoice. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acquisition.gov/comp/far/index.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) There are no applicable Numbered Notes in the RFQ. (xvi) Offers are due back electronically by Friday, October 15, 2010 NLT Noon EST USA. (xvii) POC is James P. Kneeland and offers will only be accepted electronically. All offers should be sent to James.Kneeland@VA.Gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24110RQ0591/listing.html)
 
Record
SN02301780-W 20101001/100929235743-70b2af1b6467fb10e764ea82e10bd52d (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.