SOURCES SOUGHT
B -- Quantitative Analysis of Longitudinal MR Images in BLSA Participants
- Notice Date
- 2/13/2018
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA(AG)-SBSS-18-064
- Archive Date
- 3/10/2018
- Point of Contact
- Jon Gottschalk, Phone: 3014439456
- E-Mail Address
-
jon.gottschalk@nih.gov
(jon.gottschalk@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA(AG)-SBSS-18-064 2.Title: Quantitative Analysis of Longitudinal MR Images in BLSA Participants 3.Classification Code: B537 - Medical and Health Studies 4.NAICS Code: 541690 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 Since 1958, the Baltimore Longitudinal Study of Aging (BLSA) has been a major research program conducted by the National Institute on Aging (NIA). The BLSA is a multi- disciplinary study of physiologic and psychological aspects of normal aging in community-dwelling men and women. Active BLSA participants are volunteers who visit the Clinical Unit of the NIA-IRP in Baltimore, MD for testing every 1 to 4 years. Since 1994, we have been conducting a longitudinal brain imaging study of selected older adults in the BLSA to characterize individual differences in longitudinal brain changes, to investigate the extent to which these brain changes underlie individual differences in cognitive aging, to identify brain changes that may be predictors of cognitive decline and Alzheimer's disease, and to assess the impact of potential modulators of brain and cognitive aging. As of December, 2017, more than 3000 neuroimaging evaluations have been performed for BLSA participants. As part of this research program, it has also been necessary to develop and validate sophisticated tools for analysis of longitudinal neuroimaging data that can be applied in large-scale studies. Thus, this project has involved the development, validation, and refinement of novel image analysis tools and the application of these new tools to longitudinal volumetric MR imaging scans and measures of Positron Emission Tomography (PET) measures of regional cerebral blood flow and amyloid deposition in brain. More recently, these tools include advanced machine learning approaches using pattern analysis to classify clinical status of individuals based on structural and functional brain images. More than 150 publications have resulted from the work of the initial phases of this study. This acquisition involves continued work begun under contract #HHSN271201500049C. It is necessary to continue quantitative analysis for ongoing collection of MR images. to ensure continuity of research on early markers of Alzheimer's disease. PURPOSE AND OBJECTIVES This project will continue to provide important information for researchers and clinicians on age changes in brain structure, their associations with cognitive change, and factors that modulate these associations, including risk factors for cognitive decline and Alzheimer's disease as well as factors that promote the maintenance of cognitive health. Using the existing physical and psychological data for BLSA participants collected over many years, this project will provide unique insights into our understanding of early predictors and the temporal sequence of individual differences in the rate of neuroanatomic, neurophysiologic and cognitive aging. These neuroimaging data will also provide important normative data, including the frequency and extent of brain abnormalities in community-dwelling individuals, from which to evaluate pathological aging. PROJECT REQUIREMENTS The Contractor shall be responsible for image processing and quantitation of approximately 300 scans per year to be acquired on an annual basis using the same imaging protocols. The image processing must be consistent with methods used in earlier phases of the BLSA neuroimaging study to allow longitudinal consistency of data analysis. The purpose of acquiring structural MR images is twofold - to provide information on regional brain structure and to localize regions of interest for the quantitation of PET studies. (Analysis of PET scan data is performed in the NIA LBN.) Therefore, image analysis must include the following: differentiation and quantification of brain volumes and cerebrospinal fluid (CSF), differentiation and quantification of gray and white matter volumes, definition and quantification of cortical and subcortical regions, quantification of lesion volumes, including infarcts and periventricular hyperintensities, labeled templates of brain regions for registration and overlay on PET images for regional definition. The following imaging series shall be used for analysis of normal and abnormal tissue volumes: • A 3-dimensional volumetric MPRAGE scan - (sagittal acquisition - TR: 6.8ms; TE: 3.1ms, MATRIX: 256X256, SLICES: 170; PIXEL SIZE: 1.1 X 1.1; SLICE THICKNESS = 1.0; FOV: 240) • A 3 mm double echo series - (axial acquisition - TR: 3000ms; TE: 8.0/100 ms; MATRIX: 256 x 218; SLICES: 50; PIXEL SIZE: 0.94 x 0.96; SLICE THICKNESS: 3mm; FOV: 240) • A 3 mm FLAIR series- (TR: 11000/ TI 2800; TE: 68; MATRIX: 288 X 266; SLICES: 50; PIXEL SIZE: 0.83 X 0.90; SLICE THICKNESS: 3MM; FOV: 240) Delivery or Deliverables Data: All data generated as part of this contract must be forwarded to the COR in an approved format. The delivery schedules and specific items are as follows: Every 6 months: Quantitative results of image processing as described above, including volumetric quantification for MRI. All intermediate files for image processing, which contain regional definitions, segmented volumes, coordinates for re-slicing, voxel-based RAVENS maps, smoothed maps using the latest software algorithms, etc. must also be delivered to the NIA. Other requirements: During the performance and upon completion of the contract, all data collected under this contract shall be the property of the National Institutes of Health (NIH). In addition, the NIA will have the rights to use all software employed in image processing, although ownership of such software is not required. ANTICIPATED PERIOD OF PERFORMANCE 9/30/2018 - 09/29/2019 with 4 options years (through 09/29/2023). OTHER IMPORTANT CONSIDERATIONS The government will provide MR imaging data for approximately 300 new MR datasets per year for each year of the proposed contract. The Government is expected to use procedures in FAR Part 15. The North America Industry Classification System (NAICS) code is 541690 with a size standard of $15.0 million. CAPABILITY STATEMENT /INFORMATION SOUGHT Capability Statement: Respondents to this notice must provide, as part of their response, a capability statement to include the following: (1) information regarding the respondents' (a) staff expertise, including their availability, experience, and formal and other training related to the scope of this requirement; (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; (2) respondents' 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, (3) any other information that may be helpful in developing or finalizing the program office's acquisition requirement. Information Submission Instructions 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 Jon Gottschalk, at e-mail address jon.gottschalk@nih.gov. The response must be received on or before 12:00 PM Eastern Time on February 23, 2018. 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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(AG)-SBSS-18-064/listing.html)
- Record
- SN04821403-W 20180215/180213231450-3662ce7886714c435ef2651655a9bed3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |