Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2023 SAM #8047
SPECIAL NOTICE

D -- NIH Brain Development Cohorts Data Sharing Platform

Notice Date
12/7/2023 12:52:24 PM
 
Notice Type
Special Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00035
 
Response Due
12/22/2023 1:00:00 PM
 
Archive Date
01/06/2024
 
Point of Contact
Robert Bailey, Phone: 3014517586, Josh Lazarus, Phone: 3014436677
 
E-Mail Address
rob.bailey@nih.gov, josh.lazarus@nih.gov
(rob.bailey@nih.gov, josh.lazarus@nih.gov)
 
Description
The National Institute on Drug Abuse (NIDA) intends to award a sole source contract under the authority of Federal Acquisition Regulation (FAR) 13.501. Specifically, FAR 13.501, Sole Source (including brand name) acquisitions, will satisfy agency requirements. This contract will be awarded to Lasso Informatics US, Inc., 2915 Ogletown Rd., Newark, DE 19713, to provide for the transitioning of multiple large datasets under the umbrella of one data sharing platform. NIDA anticipates the award of one firm fixed price-type contract for one 12-month base period and three 12-month option periods. This data sharing platform is proprietary to Lasso Informatics US, Inc. and is only available through them. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 518210 with a Size Standard of $40.0 million. This acquisition is not set aside for small businesses. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: NIDA requires a data sharing framework and ecosystem for large, population neuroscience studies such as the Adolescent Brain Cognitive Development (ABCD) Study. NIDA requires a contractor to provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW). This includes providing project management, operations and database support, software engineering, data analytic capabilities, managing a help desk, scientific and infrastructure support to the research community who are trying to deposit or access data, scientific support to program staff and other federal employees, and quality assurance checks on the data provided. Furthermore, NIDA requires that the existing data collected be compatible within a certain framework and ecosystem that allows the data sharing platform to be capable of scaling according to anticipated future needs as the data collections grow and potential new use cases arise. At least one anticipated need is the inclusion of the data from the HEALthy Brain and Child Development Study (HBCD). PROJECT REQUIREMENTS: Broadly, the project requirements are for a data sharing platform and expertise in managing a research infrastructure that will be responsible for hosting the storage and access of multiple research data types. The data sharing platform shall contain the following salient characteristics: ����������� Ability to gather large amounts of data from various sources and formats, providing multiple options for input, identification and classification. ����������� Ability to host data from several collection sites and accommodate complex rule-based visit schedules, project and subject cohort groups. ����������� Customizable fields for organization and sorting. ����������� Compatible with several different types of imaging data, including the following imaging device file formats: MIND, DICOM, NiFtl. ����������� Genomic Browser module allows exploration of genomic variant data by sorting and filtering them according to a given annotation, subject attribute and genomic location. ����������� Capable of providing customizable modules for tracking biosample metadata, including information on blood samples, cell culture, and environmental samples collected for genomic analysis. ����������� Provides an NoSQL extension which allows for rapid querying and retrieval capability with large datasets and a data query tool that allows the user to generate custom curated datasets for analysis and dissemination. ����������� Capability to package data for downloading to a local drive to allow data to be moved and saved. ����������� Provides workflows for verifying clinical and imaging data to help researchers produce high-quality datasets and results including the following: automated scoring and validation; double data entry and conflict resolver; outlier detection; scan protocol violation; imaging quality control; and radiological reviews. ����������� Capability to upload a variety of MRI scan modalities and metadata. ����������� Provides Multi-Modal Data Support which allows customization to display data from various sources, data formats and imaging modalities. ����������� Provides a highly customizable data sharing platform that includes configurable collection design, adjustable layout features and tools for building targeted data views specific to particular studies. ����������� Open Source codebase which enables custom modification and extensions to adapt to particular datasets. ����������� Capability to manage and release file-based behavioral and neuroimaging data from multiple large-scale studies involving different assessment domains CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Lasso Informatics US, Inc. is the only vendor in the marketplace that can provide the existing framework, compatibility and services required by NIDA. This acquisition involves the transitioning of multiple existing large datasets under the umbrella of one data sharing platform. While not limited to these datasets, the required data sharing platform framework developed for the HBCD data will need to integrate the existing data from the ABCD Study as it transitions away from the National Institute of Mental Health (NIMH) Data Archive, as this platform can no longer meet the studies growing needs. There are three primary reasons why Lasso is the only responsible source that can satisfy this particular requirement. First, NIDA requires the Contractor to provide a framework that is compatible with the existing databases to allow for the seamless integration of large data sets from both the HBCD and ABCD study. Failure to ensure compatibility between databases could result in a loss of data and could potentially result in a disruption to the data management services for the HBCD and ABCD studies. The second reason is the data continuity given the scope of this requirement. Lasso is the only identified vendor that has the capability and experience to manage and release file-based behavioral and neuroimaging data from multiple large-scale studies involving different assessment domains. They are able to do this, in part, due to their proprietary CBRAIN web-based software. This software allows data users to perform computationally intensive neuroimaging analyses on the data submitted by the participating studies without downloading the data.� Lastly, NIDA must consider the significant costs and investment associated with developing a new system as opposed to investing in an established system by Lasso Informatics US, Inc. that is already fully functional and capable. A significant investment on the part of the government would be required for a vendor to develop a new system that meets the government�s requirements. There is a substantial cost savings by investing in a system that is already in use as a data sharing platform and is proven to fully meet the government�s requirements. Because of the data compatibility and continuity requirements and Lasso�s capabilities; they are the only vendor capable of providing a platform that can meet all of the government�s requirements, including the sharing of data across both the ABCD and HBCD studies. Their capabilities and current experience will allow for synergies for the continued development of an infrastructure that will lay the foundation for data harmonization across these different large datasets. In addition, the additional and unnecessary costs that would be associated with a new system can be avoided by making a continued investment in an already established system that can meet the government�s requirements. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of similar government acquisitions returned no additional contractors that could meet all of the requirements. Therefore, only Lasso Informatics US, Inc. is capable of meeting the needs of this requirement. The intended source is: Lasso Informatics US, Inc. 2915 Ogletown Rd. Newark, DE 19713 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include the following: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity ID Number (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95024Q00035. Responses must be submitted electronically to Josh Lazarus, Contracting Officer at josh.lazarus@nih.gov. Please also copy Rob Bailey, Contract Specialist, at rob.bailey@nih.gov. U.S. Mail and Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/87c5a53936dc4e4da0618a464e78ea10/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06905279-F 20231209/231207230043 (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.