SOURCES SOUGHT
A -- National Children’s Imaging Study
- Notice Date
- 12/17/2010
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6101 Executive Boulevard, Room 260 - MSC 8402, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SBSS-11-003
- Archive Date
- 1/18/2011
- Point of Contact
- Joseph A. TamLung, Phone: (301) 443-6677, Kenneth E Goodling, Phone: (301)443-6677
- E-Mail Address
-
tamlungja@mail.nih.gov, kg25d@nih.gov
(tamlungja@mail.nih.gov, kg25d@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Institute on Drug Abuse (NIDA) is seeking capability statements from qualified organizations to conduct a feasibility study of neuroimaging infants and children through the National Children's Study (NCS) infrastructure. This pilot study will be used to establish the feasibility of collecting a larger sample of about 3,000 children who will take part in the NCS being launched in the near future. The successful contractor is required to demonstrate technical capabilities in four imaging modalities that already exist within the contractor's organization: a) high-resolution structural imaging data for the characterization of brain morphology, including gray matter, white matter, and cerebrospinal fluid volumes of whole brain as well as specific structures of interest, b) diffusion-tensor imaging capability for neural tract information, c) arterial spin labeling to quantify cerebral blood flow, and d) a measure of resting-state connectivity using functional MRI. Each of these imaging protocols is to be applied to infants at age 3, 6, and 12 months of age. The successful contractor must have the capability to address the following issues: (1) the burden of the neuroimaging protocol on participants and NCS staff, (2) the availability and accessibility of imaging infrastructure to conduct scans, (3) the ease of implementing the protocol within the NCS, (4) patient retention over the pilot period of the NCS study, (5) methods for acquiring neuroimaging data, image processing, storage and integration with other NCS pediatric imaging centers. The successful contractor must show expertise conducting neuroimaging in infants and children up to the age of 12 months, including detailed demonstration of high quality data generated from infant neuroimaging scans. This is a SOURCES SOUGHT NOTICE to determine the availability of small businesses (e.g., 8(a), veteran-owned small businesses, services-disabled veteran owned small businesses, HUB Zone small businesses, small disadvantaged businesses, and women-owned small businesses) having capability to demonstrate in-depth knowledge and expertise in the overall management of a clinical research center. The successful contractor must have the required capabilities and in-depth knowledge in the areas listed above. The established NAICS code is 541712. Information sent should be relevant and specific in the technical area under consideration, on each of the following qualifications: 1) Experience: An outline of previous similar projects, specifically the techniques employed in the areas described above; 2) Personnel: Name, professional qualifications and specific experience in the work requested and knowledge of, and experience in, the field of research. Also, we will consider appropriateness of professional and technical personnel classifications; any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Organizations should demonstrate capability to administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include, but not be limited to, contracts both Government and commercial, the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. THIS IS NOT A REQUEST FOR PROPOSALS: This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government's use. Any proprietary information should be so marked. All capability statements must provide the following: 1) company name and address; 2) point of contact, 3) phone/fax/email; 4) NAICS Code(s), 5) business size and status; 6) capability information in response to the requirement and qualifications identified in this notice; and 7) type of small business your organization classifies itself as (i.e.: women-owned, HUBZONE, etc.). Written capability statements must be SUBMITTED NO LATER THAN January 3, 2011 to NIDA, 6001 Executive Boulevard, NSC Building Room 4211, MSC 9559, Bethesda, MD 20892-9559, Attn: JOSEPH TAM LUNG. Electronic capability statements will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SBSS-11-003/listing.html)
- Place of Performance
- Address: N/A, United States
- Record
- SN02346714-W 20101219/101217234220-1921c643e8e8242f743f3540bb6ef8e8 (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 |