AJ12--Magnetic Resonance Imaging Services Base Plus 3

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Oregon
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159611343654450
Posted Date: Aug 17, 2023
Due Date: Aug 24, 2023
Solicitation No: 36C26023Q0970
Source: Members Only
Follow
AJ12--Magnetic Resonance Imaging Services Base Plus 3
Active
Contract Opportunity
Notice ID
36C26023Q0970
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Aug 17, 2023 03:59 pm MDT
  • Original Response Date: Aug 24, 2023 04:30 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AJ12 - General Science and Technology R&D Services; General science and technology; Applied Research
  • NAICS Code:
    • 611310 - Colleges, Universities, and Professional Schools
  • Place of Performance:
    Department of Veteran Affairs VA Portland Health Care System Portland , OR 97239
    USA
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method.
The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following in support of the Portland Health Care System (VAPHCS):
VAPHCS has a need for Magnetic Resonance Imaging Services for effective treatments for alcohol-use disorder (AUD).
STATEMENT OF WORK (SOW)
1. Contract Title. Magnetic Resonance Imaging Services
2. Background.
A VA funded project entitled, Sex differences in trauma, inflammation and brain function and the implications for treatment efficacy in alcohol use disorder is being conducted and functional magnetic resonance imaging (fMRI) is required. Effective treatments for alcohol-use disorder (AUD), especially for women Veterans are critically needed, as rates of AUD in women Veterans have been steadily increasing. Sex differences in psychosocial and biological risk factors, however, have not been systematically studied in clinical trials for AUD.
3. Scope.
Period of Performance: November 1, 2023 October 31, 2027 (4 year total)
A total of 48 individuals per year over a four-year period (192 total) will be recruited from local residential treatment programs and by advertisement. All study visit activities will occur at the VA Portland Health Care System, except for the fMRI. For the highly specialized fMRI, the subjects will be accompanied to where subjects will be evaluated with functional magnetic resonance imaging (fMRI), diffusion tensor imaging (DTI) and voxel-based morphometry (VBM) in order to identify the anatomical and functional networks that underlie co-addiction.
4. Specific Tasks.
The primary objective of this study is to identify the mechanistic link between sex-dependent risk factors and treatment efficacy in a 12-week randomized placebo-controlled trial of naltrexone (NTX). This proposal will extend and leverage previous studies of NTX to determine whether the neuromodulatory and anti-inflammatory properties of NTX improve brain function, reduce inflammation and enhance emotion regulation in a sex- dependent manner. Validated rating scales will comprehensively assess trauma history, including military sexual trauma, combat exposure, physical or sexual assault, intimate partner violence and other traumatic life events. Functional magnetic resonance imaging (fMRI) at rest and during an emotion regulation task will assess limbic system connectivity and reactivity, respectively. Inflammation and neuronal integrity will be assessed with magnetic resonance spectroscopy and a multiplex panel assay of peripheral inflammatory markers. This project will first identify sex differences in the relationships between trauma and emotion regulation, inflammation and limbic function deficits. The mechanism of NTX on biobehavioral interactions to improve drinking behavior will then be assessed by testing whether reductions in alcohol use is moderated by changes in or interactions between emotion regulation, inflammation or limbic function. Sex-dependent mechanisms underlying NTX response will also be tested to examine if moderating effects on treatment outcome differ between men and women Veterans. Findings from this project will identify psychosocial factors that influence immunological and neurobiological systems and clarify how these risk factors manifest in emotion regulation deficits and alcohol use in a sex- dependent manner. This systematic study of sex differences will provide a mechanistic understanding of NTX on biobehavioral interactions and identify therapeutic targets by providing evidence for sex-specific biomarkers that enhance treatment response. As women Veterans have unique vulnerabilities that contribute to disease severity, results from this study will have substantial impact in advancing the VA mission for precision medicine by providing biomarkers for tailored treatment approaches, as well as, supporting a VA priority in addressing the unique needs and improving health outcomes for female Veterans.
Task 1 - fMRI Image Acquisition. A 3-tesla Siemens Magnetom Prisma scanner with a 32-channel head coil will be used. Structural data will be acquired using a high-resolution magnetization-prepared rapid acquisition gradient echo (MPRAGE) scan for registration. Blood oxygen-level dependent (BOLD) fMRI data will be collected with echo planar imaging (EPI) pulse sequence while subjects are at rest or performing tasks.
Task 2 - fMRI Image Optimization. The software, Functional MRI of the Brain (FMRIB) Software Library (FSL) will be used for data processing. Preprocessing steps will include motion-correction and motion scrubbing (92) (i.e., computing frame-wise displacement and temporal derivative FboNotice mean squared variance over voxels), denoising, and spatial smoothing. Statistical analysis will be performed at the single-subject level with a general linear model (GLM), and a time-series statistical analysis will be conducted with FMRIB s Improved Linear Model with local autocorrelation correction after high-pass temporal filtering.
Task 3 - fMRI Image Analysis. Subject-level statistical analyses will be done at the whole-brain level using the GLM framework. Group analyses will be performed for each contrast using the FSL mixed-effects analysis module, which performs hierarchical linear modeling and appropriately deals with variance heterogeneity, nonsphericity and unbalanced designs. This approach treats subjects as a random effect and ensures valid inference to the sampled population. Whole-brain correction procedures will control for tests on multiple voxels. ROI analyses will be conducted using regions defined using the Oxford-Harvard Probabilistic Atlas.
5. Performance Monitoring (if applicable).
Performance will be supervised by Dr. Milky Kohno and Mr. William Schutzer. Performance monitoring/quality control during MRI is inherent to the process and subject scans will be determined to be of sufficient quality prior to scan completion.
6. Security Requirements.
The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required
7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
None.
8. Other Pertinent Information or Special Considerations.
None.
a. Identification of Possible Follow-on Work.
This contract is a re-establishment of an existing expiring contract.
b. Identification of Potential Conflicts of Interest (COI).
None. Both institutions have robust COI programs and those processes will be used herein.
e. Inspection and Acceptance Criteria.
Results from MRI scans will be analyzed with established protocols for quality and accepted in real time by the VA MRI operator.
9. Risk Control
Both the VA and AIRC have clear and well-established protocols the allow for patient safety and infection control. Those will be strictly followed.
10. Place of Performance.
All study visit activities will occur at the VA Portland Health Care System, except for the fMRI. For the highly specialized fMRI, the subjects will be accompanied to where subjects will be evaluated with functional magnetic resonance imaging (fMRI), diffusion tensor imaging (DTI) and voxel based morphometry (VBM).
11. Period of Performance.
Base period and three (3) option years; Four (4) years total.
Base Period: November 1, 2023 October 31, 2024
Option Year 1: November 1, 2024 October 31, 2025
Option Year 2: November 1, 2025 October 31, 2026
Option Year 3: November 1, 2026 October 31, 2027
12. Delivery Schedule.
Scan results will be delivered in real time during acquisition.
Potential candidates having the capabilities necessary to provide the above stated supplies at a fair and reasonable price are invited to respond to this Sources Sought Notice via e-mail to Nazanin Kreiner at nazanin.kreiner@va.gov no later than August 24, 2023, 4:30PM MDT. No telephone inquiries will be accepted.
RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, SAM UEI and business size; point of contact name, phone number, and e-mail address; whether services are presently offered on a current GSA Federal Supply Schedule contract. NAICS Code 611310 Size Standard: $34.5 Million is applicable to determine business size standard. Any questions or concerns may also be directed via email to Nazanin Kreiner at nazanin.kreiner@va.gov.
Disclaimer and Important Notes: This Sources Sought 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. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought 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. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 17, 2023 03:59 pm MDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >