SOLICITATION NOTICE
B -- Processing of functional magnetic resonance imaging (fMRI) and diffusion tensor imaging (DTI) as well as computed tomography (CT) images
- Notice Date
- 9/8/2025 7:36:38 AM
- Notice Type
- Presolicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95025Q06273
- Response Due
- 9/23/2025 6:00:00 AM
- Archive Date
- 09/24/2025
- Point of Contact
- Christopher Belt, Phone: 3018275252, KNIGHTLY, ROBIN D
- E-Mail Address
-
cbelt@nida.nih.gov, robin.knightly@nih.gov
(cbelt@nida.nih.gov, robin.knightly@nih.gov)
- Description
- Solicitation: 75N95025Q06273 Title: Baltimore Longitudinal Study of Aging (BLSA) Image Processing Services INTRODUCTION PURSUANT TO FAR Subpart 5.2�Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), National Institute on Aging (NIA) intends to intends to solicit by a request for quotation from The Vanderbilt University for award on or around September 24, 2025. The purpose of this purchase order will be to provide the National Institute on Aging (NIA) with BLSA image processing services. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 621512 � Blood and Organ Banks with a Size Standard of $16.5M. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the current Federal Acquisition Circular (FAC). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single Source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). DESCRIPTION OF REQUIREMENT Purpose and Objectives The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Agign (NIA), has a requirement for BLSA image processing services. 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. Delivery or Deliverables Please see the attached Statement of Work for further details. 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: 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 Dun & Bradstreet Number (DUNS), 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.www.sam.gov.� All responses must be received by Tuesday, September 23, 2025 at 9:00 a.m., Eastern Standard Time, and reference number 75N95025Q06273. Responses may be submitted electronically to Robin Knightly, Contract Specialist, at Robin.Knightly@nih.gov. Fax responses will not be accepted. Extensions to the deadline will not be granted. Please contact Robin Knightly, Contract Specialist, at Robin.Knightly@nih.gov or (301) 827-5302 with any questions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d205e994ca534b6b8aedd10675e0c20d/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN07581456-F 20250910/250908230040 (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 |