SOURCES SOUGHT
66 -- Full-field Laser Perfusion Imager
- Notice Date
- 9/9/2013
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- HHS-NIH-NHLBI-SS-CSB-EB-2013-289-JES
- Archive Date
- 9/27/2013
- Point of Contact
- Jennifer Swift, Phone: 3014350358
- E-Mail Address
-
Jennifer.Swift@nih.gov
(Jennifer.Swift@nih.gov)
- Small Business Set-Aside
- N/A
- 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. 1. Background: The Trans-NIH Biomedical Engineering and Physical Science (BEPS) Shared Resource supports NIH intramural scientists through the development and application of advanced technologies for basic and clinical research. BEPS requires a laser-speckle-contrast blood-flow imager for real-time, high-resolution assessment of blood flow in the limbs of research subjects with diseases that affect blood flow, such as sickle cell anemia, in order to understand these diseases better and to develop effective treatments. 2. Purpose and Objectives: The purpose of this acquisition is to implement several clinical protocols as a part of collaborations between the Biomedical Engineering and Physical Science Shared Resource and clinicians from NHLBI, NICHD, NCI, and NIAID. Clinical applications of Full-field Laser Perfusion Imager will be expanded to measure flow fluctuations with much better accuracy then previously possible in our lab. By purchasing a new Full-field Laser Perfusion Imager with low 1/f noise, it will be possible to do flow imaging to monitor perfusion fluctuations in the spatial and time domains, as well as in the time-frequency domain. This will allow the study of coupling between different vascular and microvascular territories of the living tissues The Full-field Laser Perfusion Imager FLPI-2 (Moor Instruments Inc., USA) will be well suited for NIH clinical research and development applications allowing re-configuration of blood flow measurement in an intraoperative or patient-bedside setting. There is no other company that offers this low (i.e., good) of a signal to noise ratio. The low noise level of the FLPI-2 will allow monitoring of low frequency oscillations in blood flow. In addition, because our lab currently has a Moor FLP-1 camera, we have written multiple computer programs that use the unique Moor internal (raw) data format for analysis. This extensive investment in software development would not be compatible with non-Moor imagers. Moreover, we have incorporated Moor FLP imagers in three clinical protocols on which we're collaborating with other ICs. Only the Moor imager will provide the full compatibility needed for us to be able to compare data in these protocols between future and past patients. The FLPI-2 is unique in being able to satisfy all the requirements above. There is no other company that has Full-field Laser Perfusion Imager with this level of signal to noise ratio and signal stability. No other company can provide full compatibility with existing software in our lab, or an imager with such low 1/f noise in the range of 0.01 Hz. 3. Project Requirements: The new FLPI must include special features that will enable it to obtain high reproducibility and ensure integrity in clinical blood flow imaging for intraoperative and patient-bedside settings: (1) The FLPI camera should have 5x5, or greater, pixel array to enable high signal-to-noise ratio (2) The device should have image acquisition rate of at least 25images/sec, combined with 752x580 pixel image size (3) The device should have color video image recording aligned with blood flow images (4) The device should have an external trigger in/out for interfacing with external devices (5) The device should have a field of view of at least 15x20cm (6) The device should have a working distance between 10-40 cm (7) The device should have an aiming beam (8) The device should have automatic distance and area measurement 4. Anticipated delivery date: Delivery within 30 days of award. 5. Other important considerations: None 6. Capability statement/Information sought: Responses must directly demonstrate the company's capability, experience, and ability to provide resources to effectively and efficiently perform the objectives described above and include an outline of previous or similar projects so that the Government can perform a proper evaluation of the company's capability. Information regarding respondents': (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 projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; The written response to this notice should consist of the following items: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register in the System for Award Management located at http://www.sam.gov. i. Not to exceed 20 singled-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12 point font sized minimum, that clearly details the ability to perform the aspects of the notice described above. All proprietary information should be marked as such. Statements should also include an indication of current certified business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 7. Information Submission Instructions: Submit 1 electronic copy to Jennifer Swift, Contract Specialist at Jennifer.Swift@nih.gov by 3:30PM EST on September 12, 2013 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/NHLBI/HHS-NIH-NHLBI-SS-CSB-EB-2013-289-JES/listing.html)
- Record
- SN03180326-W 20130911/130909235654-81a01e02703e774eb382a21018cf8ec5 (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 |