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; (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.
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. In addition, this requirement will implement the image processing techniques developed during the prior period 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.
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 will 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. Define gray matter regions of interest. Targeted regions include the Hippocampus, Posterior Cingulate, Precuneus, and Medial Frontal cortex. DTI Pre-processing. The Contractor will 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 will 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 implement 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 implement scanner calibration/correction, including modeling scanner changes as nuisance variables and using image preprocessing corrections. Apply image processing tools for BLSA MRI of the thigh, CT of the abdomen as well as CT of the leg. The Contractor shall perform segmentation and quantify 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 perform segmentation and quantify 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.
Copanies that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. 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 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. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. 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 www.sam.gov. 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).