Federal Bid

Last Updated on 13 Jun 2019 at 8 AM
Sources Sought
Location Unknown

Preclinical in-vivo optical imaging system

Solicitation ID HHS-NIH-NIDA-SSSA-19-007462
Posted Date 14 May 2019 at 5 PM
Archive Date 13 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location United states
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and 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.


Background: The NIH Mouse Imaging Facility (MIF) is a shared, intramural resource for preclinical animal imaging studies. The MIF provides the NIH intramural research community access to modern radiological imaging equipment optimized for rodents and other laboratory animals for noninvasive imaging studies. The MIF provides intellectual, technical and material support for NIH investigators. MIF imaging resources include: magnetic resonance imaging (MRI), micro-computed tomography (Micro-CT), high frequency ultrasound with photoacoustic imaging, bioluminescence and fluorescence imaging (optical imaging). The MIF provides state-of-the-art anatomical, functional and molecular medical imaging capabilities for animal models of human disease. The preclinical optical imaging system is a noninvasive imaging method that enables researchers to track various biological processes (like tumor growth) over time. High sensitivity allows for detection of smaller quantities of optical signal from cells (early detection). Ongoing studies need reliable imaging equipment that continues to run without equipment failures and scanner down-time.

Purpose and Objectives: The objective of this acquisition is to obtain an optical imaging device that is: highly sensitive, reliable, versatile. It must include in-vivo imaging of a wide spectrum of light from bioluminescence to near infrared fluorescence wavelengths. The ideal machine has the capability to image multiple animals during one scan for high throughput.

Project requirements: The preclinical optical imaging system must include the following capabilities:
• Bioluminescence imaging
• Fluorescence imaging with narrow band excitation and emission filters spanning the visible spectrum and up to near infrared wavelengths (800-900 nm)
• High sensitivity, back-illuminated camera cooled to -90oC for low background
• Pixel dimensions 2048 x 2048
• Large field of view for multiple animal scanning (5-10 mice)
• Integrated gas anesthesia delivery within imager
• Heated imaging platform to maintain animal's body temperature
• Integrated imaging for anatomical co-registration (radiograph preferred)
• Unlimited analysis software licenses

The government's minimum acceptable standards include all of the above. Award will be based on lowest price technically acceptable.

Quantity: one (1)


Anticipated period of performance: Delivery within 8 weeks after receipt of the order. Warranty shall be for twelve (12) months post installation.

Other important considerations: On-site training must take place within two (2) weeks of equipment installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00 pm, Bethesda, MD local prevailing time. The contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform setup, installation, and an on-site 1-day training session for 3 to 8 staff members. Delivery, installation and training will be at the NIH Mouse Imaging Facility, 9000 Rockville Pike, Building 10 room B1D-202, Bethesda, MD 20892.

Warranty/Service: Contractor shall warrant that the Equipment will be free from material defects for a period of twelve (12) months from the date of acceptance. All service performed on this equipment shall be provided by certified and factory trained technicians. Contractor shall provide any required replacement components due to malfunctions on-site.


Capability statement /information sought. Clearly indicate whether respondents must provide, as part of their responses, a capability statement, "white paper," answers to questions/issues, etc. This may include requests for:
• respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts;

• information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information;

• general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.);

The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.

One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing.

The information submitted must be 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 ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.

The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

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 Andrea King at e-mail address [email protected].

The response must be received on or before May 29, 2019 at 10 AM 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 Federal Business Opportunities. 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)."

Bid Protests Not Available

Similar Opportunities

Bethesda Maryland 10 Jul 2025 at 2 PM
Frederick Maryland 27 Aug 2025 at 4 AM (estimated)
Loma linda California 14 Aug 2025 at 4 AM (estimated)