Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2026 SAM #8826
SOLICITATION NOTICE

R -- Services: Biomedical Imaging and Medical Image Analysis Scientist

Notice Date
1/23/2026 8:00:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
75N94026Q00036
 
Response Due
1/29/2026 7:00:00 AM
 
Archive Date
01/30/2026
 
Point of Contact
ROBINSON, TINA, Phone: 13014437796
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
 
Description
The Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD), Office of Acquisitions (OA) intends to award a purchase order without providing for full and open competition to Optimal Systems of Rockville, MD. This procurement is for a continuation of services of the current Medical Image Analysis Scientist for the Biomedical and Metabolic Imaging Branch. North American Industry Classification System (NAICS) Code The intended procurement is classified under NAICS code 541690 with a Size Standard of $19 million. Regulatory Authority The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2025-06 effective October 1, 2025. This acquisition is conducted under the procedures as prescribed in FAR Subpart 13.106-1(b). Statutory Authority This acquisition is conducted under the authority of 41 U.S.C. 1901 � Simplified Acquisition Procedures. Period of Performance: February 2, 2026, through February 1, 2027 Place of Performance: NIH Main Campus � 9000 Rockville Pike Bethesda, MD 20892 This will be a Firm Fixed Price Order Objective: Much of the work carried out in the Biomedical and Metabolic Imaging Branch focuses on developing noninvasive imaging approaches with high spatial (micro-millimeter) and temporal (milliseconds) resolution that allow multi-organ evaluation and analysis to better understand the interplay between atherogenesis and metabolic syndrome in humans. This is being achieved through new chemical spectroscopic techniques of involved organs (e.g. liver, heart and muscles) and improved imaging methodologies such as the development of free breathing methods (important for kids and adolescents) and high contrast techniques without the use of contrast agents. The Biomedical and Metabolic Imaging Branch has championed the creation of a multidisciplinary team of imaging physicists, spectroscopists, and biologists. In order to accomplish the goals of this program, The National Institutes of Health (NIH), National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK), Biomedical and Metabolic Imaging Branch has a requirement to obtain services of a scientist with extensive expertise in biomedical imaging and medical image analysis with demonstrated understanding of, and ability to apply principles, concepts, practices and standards associated with biomedical imaging and medical image analysis. The scientist must demonstrate experience and understanding of techniques directly applicable to the Biomedical and Metabolic Imaging Branch research (medical imaging, image processing, machine learning, etc.) and must be self-motivated and driven to achieve milestones and exceed goals with minimal direction. Furthermore, they must possess a PhD with 20+ years of demonstrated expertise in biomedical imaging and medical image analysis research. Closing Statement The current Optimal Systems contractor has extensive required identical expertise in biomedical imaging and medical image analysis and is vital to the study of developing novel medical imaging technologies for the early diagnosis, assessment, and treatment of several chronic diseases related to metabolic disorders and obesity. This is an ongoing project, with several ongoing designing and developing of novel biomedical imaging and image analysis techniques. All of these designing and developing processes are highly complex in nature and require great attention to technical details. The Optimal Systems contractor is currently conducting all of these techniques that require specific knowledge of the history of the development of each technique and the thought process that led to each conclusion. Thus, these unique capabilities can�t be easily replicated in other vendors. Thus, changing personnel will introduce a variable that could compromise the integrity of our ongoing design and developing processes. This is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties� bona-fide capabilities for fulfilling the requirement. The offeror/response must include a completed copy of the provision of FAR Clause 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services. Applicable Clauses: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation 52.204-7 System for Award Management�Registration 52.240-90 Security Prohibitions and Exclusions�Representations and Certifications 52.203-17 Contractor Employee Whistleblower Rights 52.203-19 52.204-9 Personal Identity Verification of Contractor Personnel 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Terms and Conditions�Commercial Products and Commercial Services 52.219-8 Utilization of Small Business Concerns 52.222-3 Convict Labor 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-23 Sustainable Products and Services 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.233-3 Protest after Award 52.240-91 Security Prohibitions and Exclusions 52.244-6 Subcontracts for Commercial Products and Commercial Services The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Quotations/Responses must be received by January 29, 2026, before 10:00am eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference �notice number 75N94026Q00036. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include notice# 75N94026Q00036 in the subject line of email. �System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation. Contracting officers will rely on representations from offerors based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.� In order to receive an award, contractor must be registered as all awards and have valid certification in the System for Award Management (SAM) @ www.Sam.gov. Lack of valid registration in SAM will make an offeror ineligible for award. FAR Clause: An Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/59a702049f8b43d6985e1aed13b46da1/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07695457-F 20260125/260123230037 (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!  © 1994-2026, Loren Data Corp.