Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2010 FBO #3259
SOURCES SOUGHT

A -- Early Markers of Alzeheimer’s Disease in BLSA Participants: Structural and Functional Brain Changes

Notice Date
10/25/2010
 
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 Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
 
ZIP Code
20892-9661
 
Solicitation Number
HHS-NIH-NIDA(AG)-RFP-11-151
 
Point of Contact
Craig D. Sager, Phone: 301-443-1193, Tawanda Haynes, Phone: (301) 443-6162
 
E-Mail Address
csager@mail.nih.gov, haynest@mail.nih.gov
(csager@mail.nih.gov, haynest@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE Early Markers of Alzeheimer's Disease in BLSA Participants: Structural and Functional Brain Changes RFP No. HHS-NIH-NIDA(AG)-RFP-11-151 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. The NAICS code for this requirement is 541712. BACKGROUND Since 1958, the Baltimore Longitudinal Study of Aging (BLSA) has been a major research program conducted at the Gerontology Research Center (GRC) by the National Institute on Aging (NIA). The BLSA is a multi-discplinary study of physiologic and psychologic aspects of normal aging in community-dwelling men and women. Active BLSA participants are volunteers who visit the Intramural Research Program (IRP) in Baltimore, MD for testing every one to five years for 2 days. Since 1994, the program has been conducting a longitudinal brain imaging study of selected older adults in the BLSA to characterize individual differences in longitudinal brain changes, to investigate the extend to which these brain changes underlie individual differences in cognitive aging, to identify brain changes that may be predictors of cognitive decline and Alzheimer's disease, and to assess the impact of potential modulators of brain and cognitive aging. The work of this contract will continue to focus on the acquisition and analysis of neuroimaging data on BLSA participants. This project will continue to provide important information for researchers and clinicians on age changes in brain structure and function, their associations with cognitive change, and factors that modulate these associations, including risk factors for cognitive decline and Alzheimer's disease. The data to be collected will include assessments of brain structure, function, and amyloid deposition through MR imaging and positron emission tomography (PET) scans, and assessments of memory, other cognitive functions, and mood. Brain structure will be measured using MR volumetric brain imaging, FLAIR or other sequences that are sensitive to vascular abnormalities, and diffusion tensor imaging (DTI). The Contractor shall acquire the neuroimaging scans and shall provide sophisticated quantitative analysis of imaging data, including MR images collected during the initial contract period and new data during the continuation. The Contractor shall employ the refined methods for image analysis developed during the initial contract period, as well as new techniques developed as part of the proposed procurement. The Contractor shall be responsible for quantification of all PET data. The Contractor shall also be responsible for contacting and scheduling the BLSA neuroimaging study participants, arranging transportation where needed, administration and monitoring of procedures during MR and PET imaging, and for administration and scoring of a neuropsychological battery, including assessments of functional status. The Contractor shall also provide a quiet space for neuropsychological testing in close proximity to the imaging facilities that is acceptable to the Project Officer. The Contractor must be located in close proximity to the NIA-IRP to facilitate repeated assessments of this unique population and to allow neuroimaging studies to be conducted in conjunction with regular BLSA visits. Specific Tasks include: Scheduling and Contacting Subjects: The Contractor will be provided with a list of names, telephone numbers, and addresses of eligible BLSA participants and shall be responsible for contacting and scheduling subjects. The Contractor must also provide lunch, parking and travel reimbursements (where necessary) in conjunction with imaging assessments. Brief Medical Evaluation: In conjunction with the imaging assessment, the Contractor shall perform a brief medical screening, including determination of blood pressure and pulse, recording of changes in health history since last BLSA visit, and recording of current medications. Imaging Procedures: State-of-the-art MR and PET image acquisition and analysis procedures are required for the performance of this contract. It is critical to the objectives of this project that comparable image acquisition and analysis procedures are maintained across subjects and years. An attempt shall be made to acquire images on the same scanner for all subjects and over time, where possible. However, it is recognized that over the duration of this contract modifications of the imaging procedures may be necessary to accommodate and take advantage of technical developments. The Contractor must advise the Project Officer of any modifications to the imaging procedures, and the initial and modified procedures must be approved by the Project Officer. Subcontracts of any part of this contract are also subject to the approval of the Project Officer. PET Imaging: The Contractor shall be responsible for all aspects of the PET imaging including preparation and management of any regulatory procedures required prior to and during the conduct of the study. The Contractor should also demonstrate sufficient flexibility to allow modification of PET imaging ligands or procedures to take advantage of new approaches as they are shown to more accurate and more sensitive predictors of cognitive decline and transition to cognitive impairment and dementia. Neuropsychological Testing: The Contractor shall be responsible for administration and scoring of a battery of neuropsychological tests to be given in conjunction with the neuroimaging evaluations. If the neuropsychological battery has been administered within the prior 3 months as part of a regular BLSA visit, the Contractor will not be required to repeat the neuropsychological testing. The neuropsychological battery shall include the following tests in the order specified: Fluent Production (FAS and Animal Naming, Boston Naming Test (Complete Version), WAIS-R Similarities Subtest, California Verbal Learning Test (CVLT), Benton Visual Retention Test (BVRT), Clock Drawing, Blessed Information-Memory-Concentration Test (BIMC), Trails A and B, CVLT Delayed, BVRT Delayed, Card Rotations (Educational Testing Service), Mini-Mental Status Exam. In addition, the Center for Epidemiologic Studies - Depression (CES-D) and the Cognitive Failures Questionnaire (CFQ) shall be administered during participant waiting periods. The Contractor shall be responsible for follow-up assessments, including home visits, of any neuroimaging study participants who no longer return for BLSA and neuroimaging visits. The Project Officer or his designate will work closely with the Contractor, including training, supervision, and routine observations of assessments, to maintain consistency of the neuropsychological evaluations with the BLSA procedures. The Contractor or his designate will report to the Project Officer or his designate on a weekly basis to review BLSA subject participation and any procedural difficulties. Replication, Dissemination or Use of Results. Data will be used by members of the LPC to examine the relation between changes in brain structure and function with normal aging and changes in neuropsychological performance. All data collected under this contract shall be forwarded to the LPC and a copy will be stored at the LPC. Results will be disseminated to the scientific community via presentations at scientific meetings and publications in professional journals. Collaboration of the Contractor principal and co-principal investigators with LPC Investigators in data analyses and reporting of study results will be encouraged. Respondents to this notice must provide, as part of their responses, a capability statement to include the following: (1) information regarding the respondents' (a) staff expertise, including their availability, experience, background with acquiring the neuroimaging scans and sophisticated quantitative analysis of imaging data, and formal and other training; (b) current in-house capability and capacity to perform the work, including access to the identified study; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; (2) respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code; and, (3) any other information that may be helpful. Respondents must send two original copies via mail and one electronic copy via email; (4) responses should be received no later than November 1, 2010 at 2:00 PM Local Time; (5) include respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses; and (6) send responses to this notice via email to csager@mail.nih.gov The original statements mailed using the U.S. Postal Service should be sent to ATTN: Craig Sager, National Institutes of Health, Office of Acquisitions - NIDA Neuroscience COAC, NIA R&D Contracts Management Section, 6001 Executive Boulevard, Room 8154, MSC 9661, Bethesda, MD 20892-9661. If using a courier service such as the UPS, Federal Express, etc., change the City, State and Zip Code to Rockville, MD 20852. (Please be aware that the U.S. Postal Service's "Express Mail" DOES NOT deliver to the Rockville, Maryland address.) This notice does not obligate the Government to award a contract. 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. 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). Contracting Office Address: Contracts Management Branch 6001 Executive Blvd, Rm 8154, MSC 9661 Bethesda, Maryland 20892-9661 Primary Point of Contact.: Craig Sager, Contracting Officer csager@mail.nih.gov Phone: (301) 443-1193 Fax: (301) 443-0501
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHS-NIH-NIDA(AG)-RFP-11-151 /listing.html)
 
Record
SN02316429-W 20101027/101025234014-eb55acdf3eac91b0744286e901000bf8 (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 |
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.