SOURCES SOUGHT
D -- Image Processing of Muscle and Fat in the Baltimore Longitudinal Study on Aging
- Notice Date
- 12/28/2015
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2016-084
- Archive Date
- 1/19/2016
- Point of Contact
- Samantha A. Kelly, Phone: 3014028855
- E-Mail Address
-
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE 1.Solicitation Number:HHS-NIH-NIDA-SSSA-SBSS-2016-084 2.Title: Image Processing of Muscle and Fat in the Baltimore Longitudinal Study on Aging 3.NAICS Code: 541511- Custom Computer Programming Services 4.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: The Baltimore Longitudinal Study on Aging (BLSA) is a continuous enrollment longitudinal study of volunteers across a wide age range. The study has been active for over 50 years and has been collecting clinical, physiologic, imaging and biospecimen data on over 3000 individuals. BLSA desired to refine and revise its imaging processing programs for muscle and fat from MRI and CT scan data of the abdomen, thigh and calf. Purpose and Objectives: The contractor shall develop, refine and revise programs for long term operability in support of BLSA need for quantitative metrics derived from image processing of muscle and fat from MRI and CT scan data of the abdomen, thigh and calf. Contractor Requirements: Specifically, the following requirements are being requested: 1.The contractor will review current software programs for extracting data on muscle and fat volume and quality from CT and MRI images of the abdomen, thigh and calf. Specifically, the program must partition tissue in the abdomen, thigh and calf into regions of lean mass and fat and estimate density of discrete muscle groups. These findings must result in quantitative estimates that can be downloaded into spreadsheets. 2.The contractor will propose to BLSA leadership modifications or replacement of current programs that improve the quality of the data and reduce processing time, with timelines, specifications and cost estimates. 3.After approval, the contractor will implement revisions or new programs to yield quantitative metrics from the target images. 4.Based on evaluations of the reliability, validity and efficiency of the programs when applied to BLSA data, the contractor will further revise and refine the programs. 5.The contractor is anticipated to invest no more than 400 hours per year to meet this initial scope of work. Deliverables: 1.After receiving BLSA materials and interviewing BLSA team members, the contractor will provide a written summary of potential strategies to replace, revise and/or refine the image processing programs, along with a timeline and plan for evaluation of the quality, validity and efficiency of the programs. 2.After approval from BLSA leadership, the contractor will initiate proposed programs as pilot projects over less than one year. 3.After testing the revised programs on BLSA imaging data, the contractor will work with BLSA leadership to plan any further refinements. 4.The contractor is anticipated to invest no more than 400 hours over the year on this scope of work. Anticipated period of performance: Period of Performance will be defined upon award. Anticipated place of performance: The principal place of performance is the contractor's business address. Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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 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. 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 (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Samantha Kelly, Contract Specialist at e-mail address Samantha.Kelly2@nih.gov The response must be received on or before January 4, 2015 at 8:00AM, 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-2016-084/listing.html)
- Record
- SN03978430-W 20151230/151228233800-13b98c4e56a1b08d9fe86c5b82d72d38 (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 |