Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2020 SAM #6737
SOURCES SOUGHT

D -- Functional MRI Scientific Data Management System

Notice Date
5/8/2020 1:46:40 PM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH20003949
 
Response Due
5/19/2020 2:00:00 PM
 
Archive Date
06/03/2020
 
Point of Contact
Michael Horn
 
E-Mail Address
michael.horn@nih.gov
(michael.horn@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 its inception, the Functional MRI Facility (FMRIF) has operated a series of web-based platforms that serve to both aggregate image data from the MRI scanners owned and operated by the FMRIF, and to share these data out to its users, so they could securely retrieve their data using a web browser, or other web-based tools.� The first such service used by FMRIF was a commercial PACS system.� However, as both the number of scans conducted on FMRIF scanners rose, along with the volume of Functional MRI data generated, FMRIF encountered significant performance issues that could not be resolved by the vendor of that system.� FMRIF then investigated multiple options to replace the system, exploring both commercial and open source software.� In all cases, there were either significant deficiencies, and / or lack of flexibility, that precluded use of any of these packages by FMRIF.� Ultimately, a custom database and web application was created in-house, by a FMRIF-employed programmer.� This platform has served FMRIF well for most of the last decade.� However, now � this platform is beginning to show its limits, both in terms of being able to integrate with new IT requirements, and new software tools and processing tools.� FMRIF is therefore seeking to modernize and update its platform for capturing, aggregating, processing, and sharing its Functional MRI data. Purpose and Objectives: The FMRIF in the National Institute of Mental Health (NIMH) is seeking a data and workflow management platform.� This platform will aggregate data from the MRI scanners that the FMRIF operates, provides access to these data to FMRIF users, and will also serve as a platform for both sharing and managing these data in the future. Project requirements: Functional MRI scientific data management system and continued support. Anticipated period of performance: Installation and deployment is expected to happen 90 � 270 days after receipt of order.� Options to continue support and service for an additional 4 years after the initial year are desired. Base year (Months 0- 12) Option year 1 (Months 13 - 24) Option year 2 (Months 25 - 36) Option year 3 (Months 37 - 48) Option year 4 (Months 49 - 60) SCOPE OF WORK General Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the�Statement of Work below: Specific Requirements: The chosen platform must be able to: Interface with multiple MR scanner vendors, and automatically capture and aggregate both raw (k-space) and DICOM data generated by these vendors� platforms. Send and receive data from commercial PACS systems. Integrate with institutional authentication system (LDAP and Active Directory) for user authentication and system access. Be installed on local (on-premises) hardware or virtual system, and offer remote management capabilities by contractor. Provide interfaces for managing users� access to data (i.e. assigning role-based privileges set at the project level, e.g. admin, read/write, read-only, and use groups to organize users into labs, teams, for example). Comprehensively log all user and job activity when using the database. Provide training and training materials for FMRIF staff to administer and use the system, as well as allowing FMRIF staff to train its own users on how to work with this system. Provide tools for version tracking and maintaining provenance of data and analysis pipelines. Load FMRIF�s retrospective data, estimated to include roughly 70,000 MRI scans into the new database. Manage and process Functional MRI data series with tens of thousands (and soon to reach hundreds of thousands) of images.� System must be able to process and appropriately aggregate and make available to users up to 250 such series every 24 hours with the initial deployment. Scale compute and storage needs as the number of scanners, aggregated studies, and data processing compute load increase. Provide tools and / or interfaces to aggregate other data streams (for example, but not limited to � physiological data) with imaging data. Provide interfaces for visualizing and analyzing data, including, but not limited to, derivation of basic quality assurance metrics. Provides tools and / or interfaces for metadata search and management. Provide tools to leverage OCI-compliant containers for data processing. Interface with large-scale batch processing system such as slurm and PBS on local HPC and commercial cloud compute resources. Export image and study data into BIDS (Brain Imaging Data Structure) compliant data sets. Provide automated and customizable data anonymization / de-identification for exported datasets. Provide open REST-based APIs to all services and data, and support for external language SDKs (e.g. MATLAB, Python, and R). Provide command line integration access to API to facilitate scripting, data import and export, job scheduling and status, and building analysis pipelines. Demonstrate the performance of the system on a sample dataset to be provided by the customer.� The demonstration will include importing of the customer's dataset into the offeror's system, performing a series of quality assurance tests on the data, and reporting the results from those tests to the customer, in a live session. KEY PERSONNEL/LEVEL OF EFFORT: The contractor is expected to employ staff that are familiar with DICOM communication protocols, understand various computer network communication protocols and security standards, and also are familiar with medical imaging data processing requirements. GOVERNMENT RESPONSIBILITIES: The government will supply all information necessary for contractor to complete their efforts. The government will also provide either physical or virtual computer systems on which the software platform will be deployed.� Under a Memorandum of Understanding (MOU) between the contractor and government, the government will also provide remote access to vendor to system(s) on which the platform is deployed, to facilitate trouble-shooting, and performance and feature enhancements. DELIVERY OR DELIVERABLES: The contractor must deploy the scientific imaging data management system to a FMRIF-operated physical or virtual computers, and demonstrate how its operations meets and conforms to the above-listed �Specific Requirements.�� The contractor must also help maintain the performance of the system, as well its adherence to all security policies and requirements. REPORTING REQUIREMENTS: The contractor should report general performance metrics of the platform (relative compute load, and storage usage).� The contractor should also report when systems are accessed, and for what purposes was access made.� The contractor should also notify when system patches and updates become available, to enhance performance of the platform, as well as satisfy security and policy requirements. OTHER CONSIDERATIONS: Travel: Travel may be required in the performance of the SOW at the start of this project.� After setup, all support is expected to be done remotely.� Any and all travel costs are expected to be covered by the costs of this contract. Information System Security Plan: This statement of work requires the contractor to (1) develop, (2) have the ability to access, and (3) maintain a federal information system.� All work on this platform, and access to the machines on it will be under a Memorandum of Understanding between the contract and NIH�s Center for Information Technology.� Contractor will maintain systems to provide best performance, and also maintain compliance with current NIH policies and requirements. Data Rights: Any data generated by this procurement or system will belong to the Government.� The Government will retain all rights over any generated data. Section 508�Electronic and Information Technology Standards: The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. � 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998.� This system will not be accessible to the general public � it will only be accessible NIH employees with the relevant training. Publications and Publicity: This SOW is not expected to generate any publications. Confidentiality of Information: This SOW is not expected to utilize or generate any confidential information. Capability statement /information sought. �Respondents must provide clear and convincing documentation of their capability of providing the services specified in this notice including providing information regarding being an authorized provider of the services. 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 in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� 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.� Facsimile responses are NOT accepted. The response must be submitted to Michael Horn, at e-mail address michael.horn@nih.gov . The response must be received on or before May 19, 2020, 5:00 pm, 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).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8674d6ddff3344aa9f9cdb6012a1f410/view)
 
Place of Performance
Address: MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05652072-F 20200510/200508230152 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.