Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOURCES SOUGHT

66 -- Recovery – Small Bore Magnetic Resonance Imaging System

Notice Date
11/5/2009
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
AMD-10-SS03
 
Archive Date
12/4/2009
 
Point of Contact
Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
todd.hill@nist.gov
(todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY – This is a SOURCES SOUGHT SYNOPSIS for market research purposes. THIS IS NOT A REQUEST FOR PROPOSALS/QUOTES. INFORMATION RECEIVED WILL BE USED FOR MARKET RESEARCH PURPOSES ONLY. RECOVERY - The National Institute of Standards and Technology seeks information on commercial vendors that are capable of providing a Small Bore Magnetic Resonance Imaging System for the NIST Advanced Technology Lab in Boulder, CO. If at least two qualified small businesses are identified during this market research stage, the resulting procurement would be conducted as a small business set-aside. This potential procurement is anticipated to utilize Recovery Act Funding if it is determined that responsible sources can satisfy the requirement. Background – NIST requires a small bore (30 cm) high field (7T) Magnetic Resonance Imaging (MRI) System to aid in the development of MRI standards, phantoms (imaging artifacts), and quantitative imaging protocols. The MRI system, to be installed in newly built lab space in Boulder’s B1E, will provide a core facility for the NIST BioMagnetic Imaging Program, which is tasked to provide standards and support to improve the quality, reliability, and functionality of electromagnetic-based biomedical imaging. The system is similar to research systems that are commercially available with the exception of a few custom modifications. These modifications include hardware and software to allow the system to operate at variable magnetic fields to match the clinical MRI scanners presently deployed at 0.5 T, 1.5 T, and 3.0 T, as well as next generation scanners at 7.0 T. The system will be predominantly used as a metrology scanner for quantitative mapping of parameters such T1, T2, proton density, susceptibility, flow fields, and anisotropic diffusion constants. System Specifications – NIST requires a horizontal small-bore MRI system customized for metrology application. The system must be able to image phantom components at 7.0 T, 3.0 T, 1.5 T and 0.5T with a resolution higher than that found in commercial clinical scanners. The system specifications are listed: 1. Magnet/cryogenic system A.The magnet should be a horizontal bore superconducting magnet with a maximum operation field of 7.0 T. The room temperature bore should be approximately 30 cm. B.The magnet field should be adjustable to 7.0 T, 3.0 T, 1.5 T and 0.5 T. The system should either include suitable power supplies for adjusting the main solenoid current or should include protocols for setting the field using outside vendors. C.The magnet should be actively shielded with the 5 Gauss and 1 Gauss field lines to be contained with 2.6 m and 3.5 m of the magnet isocenter, respectively. D.The main field drift rate should be less than <0.05 ppm/hour at the maximum field of 7T. E.The magnet system and associated cryogenic system should be equipped with a He recondensor system so that, under normal operation, no cryogen transfers are required for at least 365 days. All required components for the recondensing system must be provided. F.All components of the recondenser system must be provided including compressors and not limited to hoses. G.The cryogenic system should include He level indicators and all other indicators required to monitor the cryogenic system. H.The magnet system should contain superconducting shims to allow a field homogeneity of <20 ppm in a 15 cm diameter central volume at 7.0 T. Power supplies should be provided to allow adjustments of the superconducting shims to preset current values for the targeted operation fields. The vendor is not responsible for guaranteeing field homogeneity at fields other than the maximum field. 2. Gradient/room temperature shim system A.The system should include a gradient coil set with approximate outside diameter of 30 cm and inner diameter of 20 cm. The gradient set should provide at least 200 mT/m field gradients in all three orthogonal directions. B.The system should contain all necessary room temperature shims and associated power supplies to achieve a magnetic homogeneity of 5 ppm over a 15 cm diameter central volume. All room temperature shims need to be computer settable. C.All required gradient amplifiers and powers supplies should be provided. D.Cooling systems for the gradient supplies must be provided. E.The system, with the standard gradient set should be capable of a resolution of less than 500 micrometers. 3. RF transmit and receive systems A. The system shall include broad band transmit and receive systems to allow application of RF pulses with frequencies between 10 MHz and 300 MHz. The system should include state-of-the-art synthesizers and digitizers to allow application and detection of complex RF pulse sequences. B.The system should include transit and receive coils to allow proton imaging at the standard MRI fields of 0.5 T, 1.5 T, 3.0 T and 7.0 T. 4. Data acquisition and control – The system should include a control system that allows a broad range of pulse sequences to be applied and imaging modalities. These include: A.Standard inversion-recovery T1 mapping sequences B.Spin echo T2 mapping sequences C.Magnetic resonance spectroscopy D.Chemical shift imaging E.Magnetic susceptibility imaging F.Phase contrast imaging for qualitative flow analysis 5. Host computer, data acquisitions, imaging processing – The system should include all necessary computers and monitors required for obtaining image data and for post acquisition data processing. Specifically, the system should come with the necessary software to calculate and display quantitative maps of the following parameters: T1, T2, proton density, susceptibility, flow fields, and anisotropic, diffusion constants. The system must output image data in standard imaging formats such as DICOM 2. 6. General utility requirements/sample introduction hardware A.All systems must works on standard US supply voltages including 120V and 208V single or three phase. All power transmission cabling, including RF filtering must be supplied. B.The system should include standard sample introduction hardware to accommodate the gradient set specified. 7. Warrantee/Service State standard warranty coverage. The Government prefers that the system include a minimum 1 year comprehensive warranty. 8. Safety The system should include all standard safety features and interlocks including but not limited to: A.Protection from high voltage shock, B.Protection from hazards from excess RF radiation, C.Protection from hazards due to cryogenics exposure and overpressure. 9. Onsite training Does the vendor provide onsite training? If so, describe. 10. DEMONSTRATION OF ABILITY TO DELIVER REQUESTED SYSTEM. The vendor should provide images demonstrating the system resolution, imaging modes, and quantitative mapping capability of the proposed system. Delivery will be FOB Destination. NIST is seeking responses from all responsible sources, including large, foreign, and small businesses. Small businesses are defined under the associated NAICS code for this effort, 334516, Analytical Laboratory Instrument Manufacturing, as those sources having 500 employees or less. Please include your company’s size classification in any response to this notice. Companies that manufacture such systems are requested to email a detailed report describing their abilities to peter.macaluso@nist.gov no later than the response date for this sources sought notice. The report should include specifications and other information relevant to your product(s) or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company (ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indicate the number of days after receipt of order that is typical for delivery of these systems. 4. Indication of whether each instrument for which specifications are sent is currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications. All documentation should be sent to Peter Macaluso, Contractor, Contract Specialist, at the National Institute of Standards and Technology, Acquisition and Management Division, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. E-mail address: peter.macaluso@nist.gov. Submissions must be received by 3p.m. EST, November 16, 2009. E-mail submissions are encouraged. All vendors are encouraged to respond to this notice; however, vendors who do not respond shall not be precluded from responding to any subsequent request for quotation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/AMD-10-SS03/listing.html)
 
Place of Performance
Address: NIST Boulder 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN01998727-W 20091107/091105235444-e440df9c14bf9801fadc588ec924ce13 (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.