Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2007 FBO #2018
SOURCES SOUGHT

R -- Technical Research Support Services

Notice Date
6/4/2007
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
CC-07-07
 
Response Due
6/18/2007
 
Description
This is a market survey and sources sought synopsis to identify firms with expertise in providing maintenance support, training, and enhanced capabilities for the Multimodality Radiology Image Processing System (MIRPS) located on the National Institutes of Health Bethesda Campus and satellite campuses in Baltimore Maryland and Washington DC. The Contractor shall provide Scientific Research Support for the Experimental Neurology Section (ENS) of the Image Sciences Program (ISP) of the NIH CC to include, but not necessarily be limited to, Animal care and technical support in an ABSL1 and occasionally ABSL2 research environment. Animal care requirements include: Providing routine animal care such as feeding, watering, and cage changing; Performing daily health observations and/or pain scoring on study animals; Regularly communicating with facility staff about any husbandry issues, animal health status and study requirements; Maintaining all appropriate health records on study animals as designated in the approved animal study proposals; Assisting or performing in the weighing and tattooing of primates and the humane handling and restraint of animals; Performing technical laboratory animal procedures including injections by various routes (IM, SQ, IV). The Contractor shall also provide Information Technology Support Services for the Experimental Neurology Section (ENS) and the MEDx Group of the Image Sciences Program (ISP) of the NIH CC to include, but not necessarily be limited to, providing UNIX, MacOS X, and Windows servers/ workstation, micro-computer, network, and peripheral support to facilitate the visualization and analysis of medical images and data. The Information Technology support services may include, but not necessarily be limited to, installation, optimization, system security, and troubleshooting of various types of UNIX-based, MacOS X-based, and Windows-based servers and workstations. Providing scientific application programming services interfacing laboratory equipment to computer systems on an as-needed basis. The contractor shall support the following tasks. Biomedical Image Processing: NIH uses a mix of commercial off-the-shelf (COTS) software developed in house and software acquired for other researchers to conduct biomedical image processing. The contractor shall provide staff who are familiar with neuroscience imaging techniques, software currently being used by NIH and are able to develop image processing algorithms and convert them into computer programs. Development of tools for conducting neurophysiology experiments: The Contractor may be requested to conduct experiments in neurophysiology requires tools (A/D and D/A signal processing interface boards and precisely written real time data collection software). Contractors shall provide personnel trained in biomedical engineering and software engineering who are capable of developing and maintaining these tools. Support of systems used to conduct animal behavioral research: The Contractor must me familiar with a wide range of computer systems (Windows, Macintosh, and UNIX) in order to support primate and rodent behavioral studies. Contractors must also be familiar with data collection apparatus used in these experiments. Support for laboratories conducting neuroscience and NMR research : The Contractor may be required to assist in research in the neurosciences that may involve experimental design, data collection and analysis in neurophysiology, pharmacology, chemistry, genetics and biomedical informatics. The contractor must be able to recruit and manage staff with the knowledge and skill required to assist Government conducting research in these areas. The Government?s objective is to identify sources capable of providing Technical Research Support Services specified in this synopsis. This is a SOURCES SOUGHT announcement only, and your response is not an offer. All information submitted in response to this announcement is voluntary. The Government requests that you briefly address your organization?s ability to provide the required maintenance support. The Government will not pay for the information requested nor will it compensate any respondent for any cost incurred in the preparation or submission of industry responses. Solicitations are not available at this time, and as such any requests for solicitations will not receive a response. Information collected via this market survey will in no way be used to limit or screen potential offerors from future consideration for selection. Information provided by any offeror in response to this market review shall not be disclosed if doing so would reveal the vendor?s confidential business strategy, and will be protected under FAR 3.104 or FAR Subpart 24.2. All proprietary and restricted information provided in response to this synopsis should be clearly marked. Interested parties with performance capability should send supporting information that documents that belief. Responders should provide a high-level description of their current capabilities as well as any other currently available solutions that address the needs described in this RFI. Capabilities provided should be as specific as possible, and should identify unique technical qualifications in specific areas. The information provided need not be excessive in length, but should be sufficiently detailed to demonstrate that your company understands the nature of work involved, and has the expertise and resources to successfully perform. The NAIC and small business size thresholds for this requirement are respectively, 541511 and 21.0 million is the small business size standard. Responding companies should advise if they are considered a large or small business based upon the size standards provided. Responses from Small Disadvantaged Business; HubZone Businesses; Women-Owned Small Businesses; Veteran-Owned Businesses and Service Disabled Veteran-Owned Small Business with capability to perform the services are encouraged to respond. Responses are requested by June 18, 2007. Please address responses to Julius Y. Tidwell, Contracting Officer, National Institutes of Health, Office of Purchasing and Contracts, 6707 Democracy Boulevard, Suite 106M, Mail Stop Code 5480, Bethesda, Maryland 20892-5480 or via e-mail to jtidwell@cc.nih.gov. Please ensure you have included your return e-mail address, mailing address, telephone number and facsimile number in the body of your response.
 
Place of Performance
Address: 9000 Rockville Pike, Rockville, Maryland
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01309493-W 20070606/070604220216 (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  © 1994-2020, Loren Data Corp.