NINDS NOI 23-009875

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Shimming Software Package
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

ELAINE
ESTRELLA
ESTRELLAEK@MAIL.NIH.GOV
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1000
FPDS Classification Code
7A20
Estimated Period of Performance
06/05/2023 - 06/04/2024
Delivery of Goods
BLDG 10 RM B1D69
Set-Aside Status
Full Set Aside
Set-Aside Type
Small Business (SB)
Competition Status
Brand Name Only
Vendor Name
RESONANCE RESEARCH
Address
31 DURHAM ROAD SUITE 1
BILLERICA, MASSACHUSETTS 01821
Single-Sole Source Determination
This software is an exclusive development by Resonance Research, Inc. (RRI) and is available
only from RRI to customers using certain types of Siemens scanners under C2P agreement for
research applications only at specific sites named in the agreement. It is not available for
general distribution from any other source
Background/Description of Requirement

The National Institute of Neurological Disorders and Strokes (NINDS) supports research into the causes, treatment, and prevention of neurological disorders and stroke. This request originates from the NIH MRI Research Facility (NMRF). The NMRF owns and operates a Siemens MAGNETOM Terra 7T Magnetic Resonance Imaging Scanner (Functional Location 400-607588) that is used by the In Vivo NMR Research Center, and is requesting software for this equipment. This advanced shim software package is offered by Resonance Research Inc. It is specifically designed to optimize magnetic field homogeneity of 7T MRI scanners. The software interfaces with the 7T MRI equipment (Siemens) used by NMRF. This software will improve the quality of brain MRI scans produced by the scanner. There is no other commercial source for this type of software.

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.