SOLICITATION NOTICE
B -- Baltimore Longitudinal Study of Aging (BLSA) Image Processing Services
- Notice Date
- 3/27/2020 2:36:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95020Q00053
- Response Due
- 4/13/2020 7:00:00 AM
- Archive Date
- 04/28/2020
- Point of Contact
- Renee Dougherty, Phone: 3018278453
- E-Mail Address
-
Renee.Dougherty@nih.gov
(Renee.Dougherty@nih.gov)
- Description
- COMBINED SYNOPSIS / SOLICITATION Title: Baltimore Longitudinal Study of Aging (BLSA) Image Processing Services �(i)������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95020Q00053 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.� (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated January 15, 2020. (iv)������ The associated NAICS code 621512 and the small business size standard $16,500,000.00.� This requirement is full and open with no set-aside restrictions. (v)������� The National Institute on Aging (NIA) Laboratory of Behavioral Neuroscience requires image processing services for the Baltimore Longitudinal Study on Aging.� (vi)������ Description of Services: Background:� Begun in 1958, the BLSA is a continuously enrolled cohort study of community dwelling adults that seeks to evaluate change in medical, physiological, cognitive and physical function across the adult life span. In the modern era of the BLSA, study visits incorporate a wide range of tests including imaging studies. MRI evaluations of the brain have been acquired in subsets of BLSA participants since 1994 as part of the NIA Laboratory of Behavioral Neuroscience (LBN) research program on early markers of Alzheimer�s disease and cognitive decline, more generally.� In addition to brain MRI, MRI images at mid-thigh have been acquired by the BLSA since 2011 to describe muscle and fat content in the leg. CT was introduced into the BLSA protocol in 2006 and captures information on bone, muscle, and fat. Evaluation of bone morphometry offers a quantitative assessment of osteoporosis, a risk factor for fracture and subsequent disability. In addition to decreases in bone density with age, it is understood that the quantity and distribution of muscle and fat change with age. These shifts in body composition are hypothesized to be key contributors to aging syndromes, chronic disease and disability. Imaging studies offer an opportunity to describe underlying tissue composition that is masked in anthropometric measurements such as body mass index or waist circumference. Rapid advances in image processing have occurred since the initiation of body composition and bone morphometry assessments in BLSA. The application of up to date methods and best practices for both newly acquired and historical images from thigh MRI and CT will offer more refined body composition information capable of addressing current research questions. Purpose and Objectives: The purpose of this requirement is to obtain methodological and technical expertise in the processing of functional magnetic resonance imaging (fMRI) and diffusion tensor imaging (DTI) as well as computed tomography (CT) images. These services will continue the established protocols and statistical approaches for the analysis of white matter correlates of alterations in functional connectivity as well as functional connectivity correlates of white matter alterations in the brain. At the same time, this requirement includes development and implementation of new image processing techniques for the evaluation of body composition and bone morphometry in the abdomen and leg. The provision of these capabilities will facilitate the continued use of BLSA data in state-of-the-art imaging studies related to cognitive and motor function. Project requirements: The Contactor shall work in collaboration with BLSA investigators and study staff of the National Institute on Aging to provide image processing services as follows: � For each type of brain imaging data the contractor shall retrieve data and co-register all image data into a common coordinate system. The Contractor shall coordinate with the NIA to ensure that consistent common imaging reference spaces are used across projects. � Apply image processing tools developed and validated under a prior contract HHSN27101400118C neuroimaging requirements: Define gray matter regions of interest.� Targeted regions include the Hippocampus, Posterior Cingulate, Precuneus, and Medial Frontal cortex. � DTI Pre-processing.� The Contractor shall perform and provide the Government with pre-processed image data, yielding fractional anisotropy (FA), mean diffusivity (MD), principal eigenvector (v1), and tensor (D) images for each subject.� � Define white matter tracts.� The FA maps for each subject will be labeled with a white matter atlas (i.e., the Johns Hopkins �Eve� atlas). � rs-fMRI Pre-processing.� Pre-processing will yield functional connectivity maps for each gray matter and white matter region of interest.� The Contractor shall use the defined gray matter regions of interest on structural data for rs-fMRI analysis. � Region of Interest Analysis.� The Contractor shall generate and provide to the LBN, NIA a table of means and standard deviations of rs-fMRI, FA, and MD for all regions of interest. � Implement mass-univariate temporal modeling.� The Contractor shall work with the LBN/NIA team and their collaborators to select the most promising temporal association inference models (e.g., �causal�) to implement in current toolboxes. � Characterize temporal inference in simulation.� The Contractor shall perform data-driven simulations to verify that the inference method empirically performs according to theoretical predictions and is compatible with standard approaches for multiple comparisons corrections (e.g., false discovery rate [FDR]). � Apply multi-modal temporal inference to BLSA 1.5T/3T cohort.� The Contractor shall work with LBN investigators to execute structural-functional-covariate analysis in the form of a general linear model (GLM, voxelwise model of the form: ) where both the regressors and the regressands may be longitudinally sampled imaging variables. The temporal relationships between sequenced regressors and regressands will be assessed. Additional non-imaging data may be provided for each subject in the form of an Excel document. These will be run as additional regressors. � Scanner calibration.� The Contractor shall develop and evaluate strategies for scanner calibration/correction, including modeling scanner changes as nuisance variables and using image preprocessing corrections. � Develop, validate and apply image processing tools for BLSA MRI of the thigh, CT of the abdomen as well as CT of the leg. � The Contractor shall develop strategies for the segmentation and quantification of regions of interest captured in the BLSA thigh MRI protocol including, but not limited to: subcutaneous fat, inter-muscular fat, and muscle. � The Contractor shall develop strategies for the segmentation and quantification of regions of interest in images captured in the BLSA CT protocol including images of the abdomen, thigh, as well as the proximal, mid and distal tibia. Regions of interest include but are not limited to: - Abdominal subcutaneous and visceral fat - Thigh subcutaneous fat, inter-muscular fat, muscle, and bone - Tibia subcutaneous fat, inter-muscular fat, muscle, and bone � The Contractor shall apply the image processing tools to both newly acquired images as well as the library of historical images to generate fully harmonized longitudinal thigh MRI and CT imaging data sets. � Support method translation to NIA intramural researchers. � The Contractor shall provide BLSA investigators and study staff with documentation of methods, including user manuals, and assist with installation and implementation of software as necessary.� The Contractor shall document methodological contributions in the form of peer-reviewed publications. Deliverables and Reporting Requirements: Please see attachment titled ""75N95020Q00053_BLSA_Imaging_Services_SOW"" Government Responsibilities: Please see attachment titled ""75N95020Q00053_BLSA_Imaging_Services_SOW"" Technical Evaluation Criteria: Please see attachment titled ""75N95020Q00053_BLSA_Imaging_Services_TEC"" � Contract Type: The Government anticipates awarding one (1) Time-and-Materials (T&M) / Firm-Fixed Price (FFP) hybrid contract as a result of this combined synopsis/solicitation. Anticipated period of performance: The period of performance for this contract will include a base year (09/30/2020 � 09/29/2021) with four (4) option years. Basis for Award: Responses will be evaluated on a comparative basis in accordance with FAR 13.106-2. Other important considerations: The Government will provide de-identified BLSA MRI and CT imaging data to the Contractor and associated metadata necessary for analyses, such as sex, age, cognitive status, as well as health variables. All data provided to the Contractor must be treated as confidential and not be disclosed to any third party. (vii)����� Place of Performance: Inspection and acceptance will be performed at: 251 Bayview Boulevard Baltimore, Maryland 21224 United States (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) � � The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.217-8, Option to Extend Services (Nov 1999). FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Oct 2018) NIH Invoice and Payment Provisions (2/2014) (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In addition to price, the following factors shall be used to evaluate quotes: Professional Experience, Key Personnel Qualifications, and Past Performance. Please see attachment titled ""75N95020Q00053_BLSA_Imaging_Services_TEC"" Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)������� The Offeror is to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. (xi)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� (xii)����� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition.� There are no additional contract requirements or terms and conditions applicable to this acquisition. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria.� The price quotation must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate for each labor category, breakdown and rationale for other direct costs or materials, and the total ceiling amount. The price quotation should contain all information necessary to allow for a comprehensive evaluation of the prices including an accompanying narrative that fully describes all assumptions made by the contractor. The price quotation should contain sufficient information to determine the reasonableness of services proposed and to evaluate whether the proposed prices are consistent with the technical proposal. All evaluation factors other than price, when combined, are significantly more important than price. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.� All questions must be received by 10:00 a.m. Eastern Daylight Time on Friday, April 3, 2020, and reference solicitation number 75N95020Q00053.� Questions must be submitted electronically to Renee Dougherty, Contracting Officer, at renee.dougherty@nih.gov. All quotations must be received by 10:00 a.m. Eastern Daylight Time, Monday, April 13, 2020 and reference solicitation number 75N95020Q00053.� Responses must be submitted electronically to Renee Dougherty, Contracting Officer, at renee.dougherty@nih.gov. Fax responses will not be accepted. (xv)����� The name and telephone number of the individual to contact for information regarding the solicitation: Renee Dougherty, Contracting Officer, 301-827-8453, renee.dougherty@nih.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/46a0c94ef4b5454399c55f94fe9956f3/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN05602595-F 20200329/200327230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |