75N95023Q00030

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Neurosimplicity Data Analysis software
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Shivani
Patel
shivani.patel@nih.gov

Secondary Contracting Officer

Evan
Feely
evan.feely@nih.gov
NAICS Code Number
541512
Small Business Size Standard
$30M
FPDS Classification Code
DA10
Estimated Period of Performance
12/15/2022 – 6/14/2023
Competition Status
Brand Name Only
Brand Name
Neurosimplicity Software Bundle Pro+
Rationale/ Salient Characteristics
The software must be able to perform deformable registration, visualization, and quantification of imaging data from different sources (microCT, confocal, two-photon, MRI, etc.)
Single-Sole Source Determination
Neurosimplicity is the only software able to deformably register, visualize, and quantify imaging data from different sources (microCT, confocal, two-photon, MRI, etc.) in the same 3D space. In addition, it is secure according to NIH security policies. This software is required for current and future needs of the Viral Immunology and Intravital Imaging Section.
Background/Description of Requirement

The National Institutes of Health is the nation’s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance human health, lengthen life, and reduce illness and disability. The Viral Immunology and Intravital Imaging Section within NINDS is a laboratory that studies immune responses that develop in the brain and spinal cord in response to infections, injuries, tumors, autoimmunity, and neurodegeneration. The Neurosimplicity software will be used by the McGavern lab in mission critical experiments. 

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.