22-002870

Submitted by whipple on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Standard NHP NIH fMRI Horizontal Testing Chair
Contracting Office
National Institute of Mental Health (NIMH)

Contact Points

Primary Contract Specialist

Timothy
Schwarzenberger
Tim.Schwarzenberger@nih.gov
The Neurophysiology Imaging Facility (NIF) to procure two NHP fMRI research chairs for its Prisma scanner. These chairs must meet the needs to transport and contain awake monkeys that are carefully designed to meet the specific needs of working in high-strength magnetic field environments. Neurophysiology Imaging Facility (NIF) core is to provide NIH researchers with the resources necessary for conducting functional magnetic resonance imaging (fMRI) of awake non-human primates (NHPs). To achieve this objective, it is essential to have hardware for the transport and containment of awake monkeys that has been carefully designed to meet the specific needs of working in high-strength magnetic field environments. Additionally, such devices must be engineered to interface with the scanner bore and patient bed of each MRI scanner, while also considering the safety of both animals and investigators.

To our knowledge, there are only two manufacturers in the industry- Crist and Rogue Research Inc. Crist does manufacture an “awake NHP fMRI chair”, however, their product is not suitable for our needs since it’s cylindrical and designed for smaller bore MRI scanners.

The Rogue chairs are specifically designed for the Prisma scanner and to allow for direct loading of animals from their home cage to the chair in horizontal orientation. The Rogue chairs are the only commercial product to provide this solution.
Competition Status
Non-Competitive
Vendor Name
Rogue Research Inc
Vendor Address
300-6666 St-Urbain
Montreal, Quebec
H2S 3H1 , Canada

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.