Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23, 2001 PSA #2772
SOLICITATIONS

A -- ULTRASOUND RESEARCH INTERFACE

Notice Date
January 19, 2001
Contracting Office
National Cancer Institute, Research Contracts Branch, TBS, 6120 Executive Blvd, EPS/Rm 603 Bethesda, MD 20892-7220
ZIP Code
20892-7220
Solicitation Number
N01-CM-17004-28
Response Due
March 3, 2001
Point of Contact
Carolyn Barker, Contract Specialist/MaryAnne Golling, Contracting Officer (301) 496-8620
E-Mail Address
Carolyn Barker, Contract Specialist (cb123d@nih.gov)
Description
The Biomedical Imaging Program of the National Cancer Institute (NCI) is soliciting sources from ultrasound manufacturers to develop and evaluate ultrasound research interfaces. The purpose of the ultrasound interfaces is to provide expanded control over a wide range of imaging parameters on the host ultrasound imaging system, and thus significantly expand the system's performance for research applications. It is envisioned that these ultrasound interfaces will be software add-ons to continuously evolving scanner control software on the host ultrasound system. The ultrasound interface software may either run on stand-alone commercial computer systems interfaced to the host ultrasound system, or on the host ultrasound computer system. It is anticipated that specialized computer hardware does not need to be developed. Although the creation of these interfaces may necessarily rely on access to proprietary information, it is envisioned that protective software shells can restrict such access where necessary, while still allowing access to the host system control parameters. This competition requires an evaluation of the research interfaces that will involve industry/academic partnerships. Subcontracts are envisioned for each industry/academic partnership which are considered essential components of the contract to allow the features of the interfaces to be refined and evaluated. The general timetable and logistical requirements for responding to this solicitation are summarized as follows: (a) The contract timetable for the interface development and evaluation should be approximately 18-24 months. (b) The first phase of development (approximately 12-18 months) should support software development by the manufacturer for the research interface. This phase should also include the generation of user manuals to support the distribution of the interfaces to the academic community. (c) The second phase of the contract shall involve a partnership between the manufacturer and a minimum of one (1) academic research institution with expertise in ultrasound applications. It is expected that the ultrasound research interface and supporting documentation should be evaluated at the industry sites where the necessary testing hardware should be available, but could also be performed at the academic sites if the means for evaluation are possible. This evaluation phase is expected to take as long as 3-6 months, with one or more industry site visits by the academic partner(s), to allow for possible changes in the interface design and system documentation. This RFP will be an open competition, with the expectation that multiple contracts with the best value to the Government will be funded. The following MANDATORY QUALIFICATION CRITERIA must be met at the time of receipt of the Final Proposal Revisions (FPRs) by the Contracting Officer: (a) Each offeror must be a medical imaging company, that designs and develops a product line for medical imaging marketed in the United States, with an ultrasound imaging system as one of its products, and a current model of this system shall be approved for medical applications by the Food and Drug Administration (FDA); and (b) The subcontractor(s) for each offeror shall be from academic institutions with experience in ultrasound research interfaces. It is anticipated that the award(s) from this solicitation will be a multiple-year cost reimbursement completion type contract(s) with a term of two years and that incremental funding will be used. To assist in the preparation of a proposal, the Government considers the effort to be approximately 9,400 labor hours during Phase l and 4,230 labor hours during Phase 2. The solicitation is scheduled for electronic release approximately February 19, 2001. The proposals will be due approximately 45 days following the actual date of RFP issuance. RFP # N01-CM-17004-28 may be accessed through the Research Contracts Branch Home Page by using the following internet address: http://amb.nci.nih.gov.RFP.HTM It is the offeror's responsibility to monitor the above Internet site for the release of this solicitation and amendments, if any. POTENTIAL OFFERORS WILL BE RESPONSIBLE FOR DOWNLOADING THEIR OWN COPY OF THE SOLICITATION AND AMENDMENTS. Point of contact: Carolyn E. Barker, Contracting Officer @ e-mail: cb123d@nih.gov FAX: 301-402-6699; TEL: (301) 496-8620. No collect calls will be accepted.
Web Link
http://amb.nci.gov.RFP.HTM (http://amb.nci.gov.RFP.HTM)
Record
Loren Data Corp. 20010123/ASOL003.HTM (W-019 SN50B3E2)

A - Research and Development Index  |  Issue Index |
Created on January 19, 2001 by Loren Data Corp. -- info@ld.com