SOURCES SOUGHT
65 -- Small Animal Monitoring and Anatomical/Physiological Gating System
- Notice Date
- 4/15/2013
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA1116721
- Archive Date
- 5/11/2013
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological and Research (NCTR) requirement for a small animal monitoring and anatomical/physiological gating system. The FDA is seeking business sources to determine the availability and capability of small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The associated North American Industry Classification System (NAICS) Code is- 334510- Electromedical and Electrotherapeutic Apparatus Manufacturing; Small Business Size Standard is 500 employees. The FDA/NCTR requires one (1) multiple size small animal monitoring and anatomical/physiological gating system compatible with existing MRI system. The items shall be connected to an animal support system and Bruker MRI scanner, for physiological monitoring of all variable sizes of test subjects and providing the ability to trigger image acquisition according to the physiologic parameters (phase of respiration or cardiac cycle) and as such, is tailored for the specific configuration of the FDA's MRI scanner. The items shall be compatible with a seven tesla Bruker Nuclear Magnetic Resonance Imaging system. This system consists of a modified Bruker Avance III imaging console and the computer support and analysis software to analyze the data from the imaging device. All components must be compatible to accomplish the magnetic resonance imaging experiment. The monitoring and anatomical/physiological gating system shall maintain high signal sensitivity needed for fast and accurate measurement of desired parameters with high resolution and low noise. Parameters (sensors) include respiration, heart rate, blood oxygenation, core temperature and arterial blood pressure shall be measured and monitored within juvenile or infant monkeys (macaque), down to mice and rat sized experimental subjects while exposed to anesthesia and imaged within a high RF/ magnetic environment. The system shall accommodate this range of morpho-metric sizes and all the while monitor anatomical and physiological changes in the animal's body. It is desired that the parameters should be run by a single software and computer system so that all physiological data can be used simultaneously to generate parameter data. All sensors must not interfere with the MRI system. The animal monitoring and anatomical/physiological gating system shall be able to provide Transistor-Transistor Logic (TTL) triggering signals to control the MRI image acquisition. Approved for use by the manufacturer of MRI, Bruker BioSpin. The system shall maintaining high signal homogeneity and sensitivity. The monitoring and gating system design shall allow flexible configuration (modular design) and is adaptable to the whole range of applications including proton spectroscopy, high resolution anatomical scanning, probing of cerebral blood flow, intrinsic water diffusion, magnetic relaxation, neuronal activation, and other MRI specific parameters. Special temperature regulated water heating system shall be included to maintain animal imaging bed at desired temperature for long periods of time (up to 8 hours). In vivo, non invasive scanning will be performed to characterize MRI-specific transient and permanent neural responses to different kinds of intervention including chemical and biological compounds in the various subject sizes identified above. The small animal monitoring and anatomical/physiological gating system shall be used in the development of MRI imaging and informatics techniques for tissue sampling to guide and confirm classical neuropathology, assessment of brain activation network impairment in young Non-Human Primates (NHP) with fMRI and high resolution magnetic resonance imaging (MRI) and its application to in vivo monitoring of neuronal apoptosis. Place of Performance 3900 NCTR Road Building 62, Room 108 Jefferson, AR 72079 The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer all interested parties may respond. At a minimum, responses shall include the following: • Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address (Provide this same information if responding to provide a product manufactured by another firm); • Sufficient descriptive literature that unequivocally demonstrates that offered products and services meet or exceed above specifications. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. • Three (3) years of past performance information for the manufacture and/or sale of same or substantially similar items to include date of sale, description, dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. • If a large business, identify the subcontracting opportunities that would exist for small business concerns; and • Though this is not a request for quote, informational pricing is encouraged. The government is not responsible for locating or securing any information, not identified in the response. The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. Interested Parties must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before April 26, 2013 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email nick.sartain@fda.hhs.gov. Reference FDA1116721. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures. 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 FedBizOpps. 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/FDA/NCTR/FDA1116721/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Building 62, Room 108, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN03036626-W 20130417/130415234503-30f98cade017027d16188458f5e04365 (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 |