Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2023 SAM #7710
SOURCES SOUGHT

Q -- Early Markers of Alzheimer�s Disease: PET Imaging in the Baltimore Longitudinal Study of Aging (BLSA)

Notice Date
1/4/2023 1:03:45 PM
 
Notice Type
Sources Sought
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00065
 
Response Due
1/19/2023 12:00:00 PM
 
Point of Contact
Michelle Cecilia, Phone: 3018277199
 
E-Mail Address
michelle.cecilia@nih.gov
(michelle.cecilia@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SMALL BUSINESS SOURCES SOUGHT NOTICE� � 1.�� �Solicitation Number:�� � 75N95023Q00065 2.�� �Title: �Early Markers of Alzheimer�s Disease: PET Imaging in the Baltimore Longitudinal Study of Aging (BLSA) 3.�� �Classification Code: �Q522 � Medical-Radiology 4.�� �NAICS Code: �621512 � Diagnostic Imaging Centers 5.�� �Size Standard: $16.5 million 6.�� �Description: �PET Imaging in the Baltimore Longitudinal Study of Aging (BLSA) 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 National Institute on Aging (NIA) initiated amyloid PET imaging with Pittsburgh compound B (PiB) in the Baltimore Longitudinal Study of Aging (BLSA) in 2005 and tau PET imaging with AV-1451 (T-807) in 2016. �Consistent with autopsy data from BLSA and other studies, approximately 30% of cognitively normal individuals have detectable amyloid deposition in the brain on amyloid PET imaging. �Individuals with higher levels of ?-amyloid are older, more likely to carry the Apolipoprotein E ?4 allele, have greater longitudinal decline in memory and other cognitive functions, and are more likely to accumulate amyloid and show tau progression over time. �In addition, through the BLSA autopsy program, we have shown the correspondence between in vivo imaging and post-mortem values of amyloid burden. Work by our group has been central to defining the relationship between amyloid burden and memory change, to characterizing the magnitude and spatial pattern of progression of amyloid burden and its relation to tau progression, to highlighting the importance of individuals with intermediate amyloid levels that would be considered PiB negative in many binary classification schemes, and to identifying modifiers of amyloid burden. �The NIA has also developed an approach for estimating age at onset of amyloid accumulation, providing an individualized index that can be used as a dependent outcome to assess factors that may modify age at onset of amyloid accumulation. This approach was applied to demonstrate that Apolipoprotein E ?4 genotype is associated with earlier age of onset of amyloid accumulation in the BLSA sample.� The BLSA was initiated in 1958 and is a multi-disciplinary study of physiologic and psychologic aspects of normal aging in community-dwelling men and women. �Since 1994, the NIA 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 extent 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 (AD), and to assess the impact of potential modulators of brain and cognitive aging. More recently, the NIA has been using PET scanning to acquire in vivo measures of brain amyloid and tau, the hallmark pathologies of AD. Purpose and Objectives: The purpose of this procurement is to acquire services to perform in vivo Positron Emission Tomography (PET) scans to measure brain amyloid and tau neuropathology in BLSA participants on a combined PET/computed tomography (CT) scanner. �Studies of amyloid deposition will be conducted using PET and an FDA-approved amyloid imaging agent and studies of tau pathology will be conducted using PET and a second generation tau PET imaging compound.� Project requirements: Independently, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the work required. The Contractor shall perform amyloid and tau PET scans and CT scans and shall transfer in a timely manner all images and associated data, as specified by the Government.� A minimum of 45 amyloid and 45 tau scans, and a maximum of 75 amyloid and 75 tau scans in the Base and first option year of performance, and a minimum of 60 amyloid and 60 tau scans, and a maximum of 95 amyloid and 95 tau scans for option years 3, 4, and 5 are anticipated. Specific requirements: Have experience in conducting and transferring PET images and related data (such as amount of radioactivity injected, time of study, any deviations from expected acquisition protocol, scanner and reconstruction parameters) in clinical research studies. � Be located within 15 miles of the NIA Clinical Research Facility at Harbor Hospital, in Baltimore, MD. Coordinate with NIA staff in scheduling the PET scan studies. Perform in vivo brain amyloid and tau PET scans, including receipt of radiotracer doses from outside vendors, injection of radiotracers into human subjects, and acquisition of PET scans. Scanner requirements: 5 mm FWHM or better PET spatial resolution, with potential of improved resolution using � �AI reconstruction methods. State of the art digital silicon photomultipliers (SiPM) Time of flight Acquisition requirements: Amyloid PET scans: �Ability to collect at least 20 minutes of scan data, binned as four 5-minute timeframes Tau PET scans: Ability to collect at least 60 minute dynamic scans from time of injection in list mode Image reconstruction requirements: At a minimum, a state of the art statistical reconstruction (such as ordered subsets expectation maximization) should be available for PET scans. Ability to reconstruct dynamic tau PET scans using various options for binning the time frames. Provide medical monitoring of participants during PET scan procedures. Provide secure electronic transfer of imaging and related data to the NIA. Provide all information required for regulatory documents, including materials to meet Institutional Review Board, FDA, and radiation safety regulatory requirements. Anticipated period of performance with minimum and maximum scans:� ��� �Base Year: 12 months: a minimum of 45 amyloid and 45 tau scans. A maximum of 75 amyloid and 75 tau scans ��� �Option Year 1: 12 months: a minimum of 45 amyloid and 45 tau scans. A maximum of 75 amyloid and 75 tau scans ��� �Option Year 2: 12 months: a minimum of 60 amyloid and 60 tau scans. A maximum of 95 amyloid and 95 tau scans ��� �Option Year 3: 12 months: a minimum of 60 amyloid and 60 tau scans. A maximum of 95 amyloid and 95 tau scans ��� �Option Year 4: 12 months: a minimum of 60 amyloid and 60 tau scans. A maximum of 95 amyloid and 95 tau scans Other important considerations: Cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought: Small business concerns that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. �Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Small businesses must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information.� Interested small businesses are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The respondent must also provide their 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 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 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 to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. �Facsimile responses are NOT accepted. The response must be submitted to Michelle Cecilia, Contracting officer, at e-mail address michelle.cecilia@nih.gov.� The response must be received on or before January 19, 2023 at 3:00 p.m. 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
SAM.gov Permalink
(https://sam.gov/opp/6f80d88f33ec461a92721227abbbf068/view)
 
Place of Performance
Address: Brooklyn, MD 21225, USA
Zip Code: 21225
Country: USA
 
Record
SN06556366-F 20230106/230104230110 (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.