Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

70 -- High-fidelity medical image compression software library for Windows and Mac OS X

Notice Date
8/30/2011
 
Notice Type
Presolicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NLM-11-158-SV
 
Archive Date
9/14/2011
 
Point of Contact
Suet Vu, Phone: 301-496-6546
 
E-Mail Address
vus@mail.nih.gov
(vus@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is synopsis prepared in accordance with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Subpart 13. This solicitation document incorporates provisions and clauses that are in effect in the June 2010 Federal Acquisition Regulation (FAR) Revision, including all FAR Circulars issued as of the date of this synopsis. This acquisition is NOT a small business set-aside and the North American Industry Classification System (NAICS) code is 611310 - Colleges, Universities, and Professional Schools. It is the intent of the National Library of Medicine (NLM) to procure professional services from Dr. Sunanda Mitra with Texas Tech University on a sole source basis. Professional services are required over a 12-month period to carrying out all required research and software development to (1) implement the NLM "TTC / BCWT" compression/decompression algorithm with image region-of-interest (ROI) decompression capabilities as software libraries in C/C++ under Microsoft Windows and Apple Mac OS X platforms, and (2) XML header permitting ROI tagging. The compression/decompression algorithms shall be the latest version (5.0 or later) of the previously developed NLM "TTC/BCWT" algorithm, which incorporates the line-based, memory efficient Backward-Coded Wavelet Transform (BCWT) compression/decompression method. The required work shall include all capabilities of TTC v.5.0 (or later), including image ROI decompression. The software libraries should provide sufficient access to all relevant compression/decompression algorithm capabilities. The deliverable shall include software and documentation. The vendor shall perform the following activities in conducting an analysis of the workflows in acquisitions and cataloging in Technical Services and cataloging in History of Medicine: The contractor will: Develop NLM TTC/BCWT codec in C/C++ as software libraries to operate on Microsoft Windows (minimum Microsoft XP SP3) and Apple Mac OS X (minimum Mac OS X Snow Leopard ver. 10.6.8) with full TTC v. 5.0 capabilities, including ROI decompression. The implementation shall support all the latest versions (version 5.0 or later) of the previously developed NLM "TTC/BCWT" algorithm, and shall incorporate the Backward-Coded Wavelet Transform codec developed for NLM. This algorithm is particularly suited for encoding and decoding extremely high-resolution images on consumer-level hardware platforms with minimal memory requirements. The software libraries shall be developed as separate packages (for Microsoft Windows and Apple Mac OS X platforms. The working of the software libraries shall be demonstrated through a Web-based platform, or independent standalone applications allowing (i) Upload of standard image types (JPEG, PNG, etc.) and resulting in a downloadable compressed file; and, (ii) Upload of TTC compressed file, followed by a UI to draw a bounding box, and ROI decompression; or whole image decompression. Demonstration of capabilities by command-line application shall be acceptable as intermediate progress report. The operation should be comparable, i.e. equivalent or better than, Java implementation of the algorithm. Notice of Government Unlimited Rights to Work First Produced Under This Contract Government rights to work first produced under this contract are established by Federal law including, but not limited to, this specific reference: FAR 42.227-14, Rights in Data - General, (b) (1). Requirement to Notify Government of Proprietary Work Dependencies All algorithms and code developed under this contract are U.S. government property and are for public use and benefit, including, but not limited to, internal use by government institutions, use by researchers, or other parties collaborating in government work, and public domain release, at the option of the government. Offerors are required to notify the Government in writing of any dependencies of the deliverables under this contract on proprietary, copyrighted, or patented work that potentially inhibits, restricts, or requires permission for the dissemination of the deliverables to the public, other governmental agencies or research groups, or to any other parties whatsoever. The purchase order period of performance will be for a 12-month Base Period of approximately September 19, 2011 through September 18, 2012. Evaluation criteria for contract award 1. The investigator shall have at least 10 years experience at a senior research level in the fields of image compression and image segmentation that shall include published expertise in the specialties of vector and scalar quantization, hybrid compression methods, wavelet compression, segmentation of grayscale and color images, color space transforms, application of clustering techniques to segmentation problems, and shall have published expertise in the use of these compression and segmentation techniques to the specific domains of biomedical images consisting of digitized spine x-rays and digitized 35 mm color slides of the uterine cervix. 2. The investigator shall have specific expertise in the BCWT technique previously applied to the compression/decompression of spine x-ray images. Expertise shall be demonstrable by peer-reviewed journal or conference publications and any mentoring in relevant doctoral dissertations on the specific technique. 3. The investigator shall have specific expertise in the development of an advanced technique such as BCWT that incorporates but improves upon the BCWT approach for compression/decompression of both spine x-ray images and uterine cervix images. An award will be made to the offeror who represents the best value to the Government whereby each of the three evaluation criteria when combined, are more important than price. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2009), with their offers. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2010), and the attached Statement of Work (SOW) apply to this acquisition, as well as the following clauses cited therein: FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (October 2003). This notice of intent is not a request for competitive quotations; however, all responses received, within 15 days from the date of publication of this synopsis will be considered by NLM. EMAILED OR FAXED PROPOSALS WILL NOT BE ACCEPTED. The quote shall include all information which documents and/or supports the qualification criteria in one clearly marked section of its quotation. The contractor shall comply with all application Federal, State, and local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/index.html. The following clauses and provisions apply to this acquisition and may be obtain from the web site: FAR 52.213-4, Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items). Any questions can be submitted to Suet Vu, Contract Specialist, at 301-496-6546. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 1:00 PM LOCAL PREVAILING TIME ON September 13, 2011. This requirement is being processed by the National Library of Medicine (NLM), NIH.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NLM-11-158-SV/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20894, United States
Zip Code: 20894
 
Record
SN02556196-W 20110901/110831000656-f4d31c02bf8f9e85b14c5e330bf410c6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.