Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2024 SAM #8226
SOLICITATION NOTICE

Q -- Development of harmonic analysis and machine learning-based approaches for magnetic resonance parameter estimation and for data fusion in MRI

Notice Date
6/3/2024 12:21:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00319
 
Response Due
6/12/2024 6:00:00 AM
 
Archive Date
06/27/2024
 
Point of Contact
Rashiid Cummins
 
E-Mail Address
rashiid.cummins@nih.gov
(rashiid.cummins@nih.gov)
 
Description
(i)�This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)�The solicitation number is 75N95024Q00319 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to University of Maryland for Development of harmonic analysis and machine learning-based approaches for magnetic resonance parameter estimation and for data fusion in MRI. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-(b)(1). (iii)�The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-05, with an effective date May 22, 2024. (iv)�The associated NAICS code is 541380 and the small business size standard is $19 million.� This requirement has no set-aside restrictions. (v)�This requirement is for Development of harmonic analysis and machine learning-based approaches for magnetic resonance parameter estimation and for data fusion in MRI. (vi)�The MRI Section of the NIA/IRP (National Institute on Aging/Intramural Research Program) specializes in studies of tissue response to aging, and age-related pathology. As part of our program in brain mapping in particular, NIA has a need to work with emerging methods in harmonic analysis, machine learning, and data fusion. These will become central elements in our work on non-invasive diagnosis of brain tissue pathology and understanding microstructural changes that occur with aging. Please see Statement of Work (SOW) attached to this posting for detailed requirements. (vii)�The Government anticipates award of a firm fixed-price purchase order for this acquisition. The period of performance is 9/1/2024 � 6/15/2025. (viii)�The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far �� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders � Representation and Disclosures (Dec 2023) FAR 52.212-1 Instructions to Offerors--Commercial Items (SEPT 2023) FAR 52.212-3 Offeror Representations and Certifications � Commercial Items (MAY 2024) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014) FAR 52.227-14 Rights in Data-General (MAY 2014) HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far ���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.212-4 Contract Terms and Conditions Commercial Items (NOV 2023) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2024) FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014). NIH Invoice and Payment Provisions (ix)�The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement; (ii) past performance; and (iii) price. Technical capability and past performance, when combined, are significantly more important than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)�The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)�The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)�The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)�Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate for each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All quotations must be received by Wednesday, June 12th, 2023 at 9:00 am Eastern Daylight/Standard Time and must reference solicitation number 75N95024Q00319. Responses must be submitted electronically to Rashiid Cummins, Contract Specialist, at rashiid.cummins@nih.gov Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/429612b715144c44881475345e8e00a2/view)
 
Place of Performance
Address: Baltimore, MD, USA
Country: USA
 
Record
SN07083755-F 20240605/240603230039 (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.