Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOURCES SOUGHT

R -- Magnetic Resonance Scientist

Notice Date
7/16/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
National Institutes of HealthNational Institute of Child Health6100 Executive BlvdRoom 5Z00BethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Solicitation Number
NICHD2009056
 
Response Due
7/27/2009
 
Archive Date
8/26/2009
 
Point of Contact
ROBINSON, TINA robinsti@mail.nih.gov<br />
 
E-Mail Address
ROBINSON, TINA
(robinsti@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) is conducting a market survey to determine the availability and technical capability of qualified small businesses, including 8(a) small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses capable of providing a well qualified MR (Magnetic Resonance) Scientist. The contractor will develop advanced multiple pulsed-field gradient (PFG) Magnetic Resonance Imaging (MRI) sequences designed to run on our Bruker MRI scanner. Sequences will be developed and used on a variety of specimen, including fixed brain and spinal cord tissues, organotypic cultured tissue and synthetic biomimetic MR phantoms, such as packs of cylinders and spheres, gel-based systems and polymer phantoms. The contractor will also be required to perform general maintenance on our Bruker 7T scanner, such as ordering and replacing cryogens, periodically testing the hardware, software and pulse sequences, perform software patches and upgrades and other tests and procedures to ensure that the scanner is operating to its specifications. The Contractor will be collaborating and training other members of the NICHD as well as NICHD collaborators in the use of the Bruker 7T scanner. The Contractor may be asked to work collaboratively with others users in performing quantitative displacement MRI. Contractor must be an MR scientist familiar with methods of MR physics and chemistry related to the characterization and measurement of material properties using MR methods. In particular, the contractor should have experience in developing MR pulse sequences and in performing multiple PFG, NMR (Nuclear Magnetic Resonance) and MRI experiments in complex media. The contractor must have sufficient qualifications and have performed advanced scientific research in this or related areas. A PhD in chemistry, MR Physics or Applied Physics is a minimum requirement along with significant experience developing pulse sequences and performing MR and/or NMR diffusion weighted MR experiments using Bruker MRI scanners. Contractor should be familiar with the Paravision 4 environment for MRI pulse sequence programming on Bruker scanners. Contractor should be familiar with advance displacement NMR and MRI methods used in materials sciences and porous media applications and this application in biology and potentially in medicine. Interested firms with the capability of providing the required service are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 541380 with a size standard of $11M. All respondents are requested to identify their firms size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement should include references. Two (2) copies of the capability statement must be received at the address identified in this synopsis prior to 12p.m. (noon) local time at designated location on July 27, 2009. Responses by fax or e-mail WILL NOT BE ACCEPTED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NICHD2009056/listing.html)
 
Record
SN01877362-W 20090718/090716235902-81742cec5ac01e2776ccd7a0d6ca7453 (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.