DESCRIPTION:
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.
This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Small businesses are encouraged to respond.
BACKGROUND:
The NIDA IRP Neuroimaging Research Branch owns a BBI-piPET-314-13 primate PET scanner to perform imaging studies on preclinical models. The purpose of this acquisition is to acquire a service contract to support the operation of this scanner. This service is required to ensure continued high-quality imaging performance of the scanner to support research in substance use disorders (SUD).
PURPOSE AND OBJECTIVES:
The mission of the Intramural Research Program (IRP) of the National Institute on Drug Abuse is to conduct state-of-the-art research on basic mechanisms that underlie drug use and substance use disorders, and to develop new methods for the treatment of substance use disorders. Research is supported at the molecular, genetic, cellular, animal, and clinical levels and is conceptually integrated, highly innovative, and focused on major problems in the field. The long-term goal of the research is to better understand the biological and behavioral factors contributing to initiation and maintenance of substance use disorders (and associated diseases), and to translate this knowledge into improved strategies for preventing, treating, and reducing the negative consequences of substance use disorders for the individual and for society.
The goal of the Biobehavioral Imaging and Molecular Neuropsychopharmacology Unit is to better understand the neurobiological antecedents of illicit drug use and development of an SUD, the neuronal consequences of short and long-term drug use and the potential reversibility of these neuroadaptations. The major paradigm employed towards this goal is the development and application of novel neuroimaging tools, predominantly PET imaging applied together with behavioral, and pharmacological manipulations and genetic investigations in preclinical protocols. The long-term objective of this research is to inform the development of better behavioral and pharmacological interventions to treat SUDs and help prevent vulnerable individuals from initiating drug use.
GENERAL REQUIREMENTS:
Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below to provide:
- One annual Preventative Maintenance service call during warranty extension period including complete system re-calibration and mechanical evaluation.
- Officially released software updates not requiring additional hardware or hardware upgrades will be made available at no charge during the warranty extension period.
- Diagnostic Service and On-Site Field Service as needed by a certified technician qualified to perform maintenance on the NRB’s BBI-piPET-314-13 PET scanner (Serial Number 19-811).
- Telephone support and remote troubleshooting.
- Equipment Repair and Replacement parts, as needed.
- Emergency assessment and repair, as needed.
- All parts and labor - Contractor shall schedule and perform onsite preventive maintenance from 8:00 am – 5:00 pm Monday through Friday, excluding Federal holidays.
SALIENT CHARACTERISTICS:
Equipment Model: BBI-piPET-314-13 (piPET® PRIMAVERA)
Description: piPET® Positron Emission Tomography (PET) scanner for preclinical and veterinary research.
- PET Detector Ring comprising 15 gamma ray detectors. Each gamma ray detector contains 1,014 lutetium-based scintillating crystal elements (2mm x 2mm x 13mm) read out by PS PMTs.
- Linear stages, and motors mounted in detector housing
- Data acquisition electronics
- Data processing/image reconstruction software
- Vertical mount system (AwakePET™)
INSTRUCTIONS:
Capable Vendors shall demonstrate and document in the submitted Capability Statement its experience in the technical areas, requirements, and personnel listed above. Furthermore, Vendors should include relevant and specific information on each of the following capabilities to:
- Provide one annual Preventative Maintenance service call during warranty extension period including complete system re-calibration and mechanical evaluation.
- Provide officially released software updates not requiring additional hardware or hardware upgrades will be made available at no charge during the warranty extension period.
- Provide Diagnostic Service and On-Site Field Service as needed by a certified technician qualified to perform maintenance on the NRB’s BBI-piPET-314-13 PET scanner (Serial Number 19-811).
- Provide telephone support and remote troubleshooting.
- Provide Equipment Repair and Replacement parts, as needed.
- Provide emergency assessment and repair, as needed.
- Provide all parts and labor - Contractor shall schedule and perform onsite preventive maintenance from 8:00 am – 5:00 pm Monday through Friday, excluding Federal holidays.
The Government will assess the appropriateness of professional and technical personnel classifications. The Government will consider any other specific and relevant information about this particular announcement that would improve our evaluation of respondents. Organizations should demonstrate capability to administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include, but is not limited to, contracts in which the organization performed equivalent tasks (Government and commercial); references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability; and awards or commendations.
Companies that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.
The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.
The response is limited to twenty (20) page limit. The 20-page limit does not include the cover page, executive summary, or references, if requested.
All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.
The response must be submitted to Shaun Rostad, Contract Specialist at e-mail address shaun.rostad@nih.gov.
The response must be received on or before March 24th, 2025, 1:00 P.M., Eastern Time.
Disclaimer and Important Notes: 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, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).”