Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2020 SAM #6790
SOLICITATION NOTICE

66 -- Image Processing Software Package

Notice Date
6/30/2020 12:36:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH20003945-RFQ
 
Response Due
7/11/2020 9:00:00 AM
 
Archive Date
07/12/2020
 
Point of Contact
Thien Nguyen, Phone: 3018270914
 
E-Mail Address
Thien.Nguyen2@nih.gov
(Thien.Nguyen2@nih.gov)
 
Description
STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS � COMBINED SYNOPSIS / SOLICITATION COMPETITIVE � Title: Image Processing Software Package 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. The solicitation number is NIMH20003945-RFQ 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 not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated December 2018. The associated NAICS code 511210: Software Publisher. This requirement is full and open competition � Purpose and Objectives: The NIMH Intramural program requires software for the visualization and analysis of very large image sets collected on confocal, multiphoton, slide scanning, and light sheet microscopes. Background: Analysis of images collected collected using several different types of light microscopy is an essential step in experiments performed by basic science investigators in the NIMH intramural program. To facilitate this the program has developed a Systems Neuroscience Imaging Resource aimed at providing hardware, software, and expertise focused on the unique imaging needs of the work being carried out by NIMH intramural investigators. These experiments often involve large image data sets because large brain regions, multiple brain regions, entire brains and multiple brains need to be imaged at a resolution that allows visualization of individual neurons and individual axons or dendrites and viewed in an integrated manner.� Image processing needs to be performed in a manner that allows visualization of connections, identification of specific elements such as neurons that express a selected marker (called segmentation), and quantification of multiple types of specific markers. These analyses need to be performed on individual images that are sometimes one Terabyte or larger in size, and identical analyses need to be performed on hundreds of images. The specific image manipulations need to be customized for each experiment. Thus, the program requires an image processing package that can work with images collected on each of the microscopes being used within the program, perform multiple types of user customizable visualization, segmentation, and analysis, on large images and multiple images, be easily programmed by investigators at different levels of training and sophistication and readily perform batch operations. The institute purchased a single user license for Arivis Vision4D in 2017 and a floating license in 2020. Those licenses are now heavily used. The institute now requires a third license for this software. It is important that this software, and not an alternative product, is purchased so that the macro�s and pipelines that have been developed can be used. There is a steep learning curve for this and related software packages. With a third license for the same software the existing software development and expertise can be used. Project requirements: The Contractor shall provide one (1) brand name or equal to Arivis Vision4D Software License to the following specifications: Is documented to work with datasets up to 6 Terabytes in size. Inputs images collected in the proprietary formats from Zeiss, Leica, and Nikon and open formats used by LaVision, Scientific Volume Imaging and related software packages. Perform alignment, tiling and stitching in 2 and 3 dimensions on datasets of at least 1 TB. Works with data regardless of available RAM. Provides projections in x, y, z, and t. 3D-rendering at native resolution. Pixel and voxel operations including filters for noise reduction and sharpness adjustment and any user specified mathematical operation. Extended focus algorithms for multiplane images. Python scripting. Audit trail, restoration points, and visual guide for Undo/redo operations. Unattended operation on all specified data sets, including use of a pipeline that includes all programmable operations. Visual and quantitative analysis of colocalization of any two dyes in multichannel images. Facilitates user design of a segmentation pipeline that takes advantage of customizable pixel and voxel based operations. Complete compatibility with macros and pipelines developed in Arivis Vision4D. � Anticipated Date of Delivery: 30 days after receipt of order. The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. (a) The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be ""technically acceptable"" or ""technically unacceptable"" based on the evaluation of responses to determine if, as submitted, the proposal is technically acceptable. Options. N/A (c) 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. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. � The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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 responses must be received by 07/11/2020 by 12PMEST and reference number NIMH20003945-RFQ. Responses may be submitted electronically to Thien Nguyen at thien.nguyen2@nih.gov Fax responses will not be accepted. The name and telephone number of the individual to contact for information regarding the solicitation. Thien Nguyen Thien.Nguyen2@nih.gov 301-827-0914
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0578ada94a284a63bdf36b144a75d0f0/view)
 
Place of Performance
Address: MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05708564-F 20200702/200630230148 (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.