The RFP Database
New business relationships start here

Brand Name or Equal Polarize IVS Preclinical dDNP Polarizer SpinAligner


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

DESCRIPTION

This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI).


The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract based on responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 1,000 employees.


NCI may issue a request for quotation (RFQ) as a result of this Sources Sought Notice. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.

BACKGROUND

The U.S. Department of Health and Human Services, National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Biology Branch (RBB) requires one (1) brand name or equal Polarize IVS Preclinical dDNP polarizer SpinAligner. The RBB is actively involved in evaluating metabolic imaging in pre-clinical models in mouse models of human cancer to obtain diagnostic and early prognostic imaging biomarkers. Towards this goal, RBB has been involved in conducting hyperpolarized 13C MRI using a pre-clinical hyperpolarizer it acquired in 2007. That system has been in heavy use and is now obsolete. To ensure continuity in research in this field, RBB requires a new polarizer to continue conducting pre-clinical research to translate these methods to humans.

SALIENT CHARACTERISTICS

- The static field of the magnet shall be at least 6.7 T (9.4 T dry magnet), and +/-25 ppm over 10 mm diameter and 10 mm tall cylinder. The drift rate shall be less than 0.1 ppm per hour.


- In order to meet NCI/CCR/RB reqirements for in vivo studies, high hyperpolarized 13C MR nucleus have to be generated. Therefore, the sample shall be able to be cooled less than 1.4 K with recondensing variable temperature inserts.


- The sample cup temperature shall be controllable at least up to 300 K for the maintenance.


- The automatic needle valve shall be installed.


- A ECODRY 65 plus with 100 L STP Helium buffer volume; 200 mL liquid helium volume shall be included.


- A high performance cold head and compressor shall be used.


- The polarizer shall produce the microwave frequency of 188 ± 0.5 GHz, and the frequency modulation of 75 mW / 20 dB attenuation to generate hyperpolarized 13C MR nuclei.


- A Solid-state NMR spectrometer shall be included for monitoring polarization build-up.


- For the detection of the solid-state NMR signals, a double tuned NMR probe for 13C and 1H resonance frequencies, which are 72 MHz and 282 MHz, respectively, shall be installed.


- Software control shall be user friendly and fully automated, for users with no physics, engineering, nor physical chemistry background.


- Due to the limited space at the installation site as well as the low availability of liquid helium, liquid cryogens should not be used for the operation of a hyperpolarizer and shall not be included.


- Due to limited space at the installation site, the polarizer footprint shall not exceed 2 m x 1.5 m in the instrument room. The space of 1.5 m x 1.5 m is available in the adjunct room for the storage of some parts, including a compressor, vacume, and/or helium gas cylinders.


- For evaluating the performance of the hyperpolarization, the polarizer shall produce 2 ml of dissolution solution with the polarization rate more than 50 % of 80 mM [1-13C] pyruvate.

TYPE OF ORDER
The anticipated award shall be a firm fixed price purchase order.

DELIVERY

Delivery shall occur no later than 12 months of purchase order award. All shipping/handling (including FOB) and delivery fees shall be included in the quote. Upon delivery, the Contractor shall notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. (NCI COR TBD upon award).


The Contractor shall deliver the equipment to the following address:


NCI/CCR/RBB
9000 Rockville Pike
Building 10, B3-B54C
Bethesda, MD 20892


INSTALLATION/TRAINING


Installation shall be performed by a certified Original Equipment Manufacturer (OEM) operator. All fees related to the installation of the equipment shall be included in the quote.


Training of 2 primary users shall occur within 12 months of purchase order award. All training expenses, including materials and/or travel expenses, shall be included in the quote.


WARRANTY


The Contractor shall provide warranty for a minimum of 12 months after the equipment has be inspected and accepted by the NCI COR. Warranty shall cover the cost of repair and/or replacement, including parts, labor and any defect in workmanship or parts.


SUBMISSION INFORMATION


All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and should be emailed to Contracting Officer, Megan Kisamore, at megan.kisamore@nih.gov by no later than 11:00 A.M. EST on Friday, July 26, 2019 (07/26/2019). A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the System for Awards Management (SAM) at www.sam.gov. No collect calls will be accepted. Please reference number 75N91019Q00112 on all correspondence.


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, an RFQ may be published. However, responses to this notice will not be considered adequate responses to a solicitation(s).


Megan N. Kisamore, Contract Specialist, Phone 2402765261, Email megan.kisamore@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP