Skip to content
Department of Veterans Affairs

R702-- Collection of Structural and Functional MRI Data during Experiments Relating to Substance Use Disorders and Chronic Pain

Solicitation: 36C24526Q0367
Notice ID: db7162ae0b66450c9ca160b47e9c2465
TypeSources SoughtNAICS 541720PSCR702DepartmentDepartment of Veterans AffairsStateDCPostedMar 13, 2026, 12:00 AM UTCDueMar 30, 2026, 02:00 PM UTCCloses in 17 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: DC. Response deadline: Mar 30, 2026. Industry: NAICS 541720 • PSC R702.

Market snapshot

Awarded-market signal for NAICS 541720 (last 12 months), benchmarked to sector 54.

12-month awarded value
$360,600
Sector total $5,862,792,794,522 • Share 0.0%
Live
Median
$28,393
P10–P90
$28,393$28,393
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($360,600)
Deal sizing
$28,393 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Department of Veterans Affairs Washington DC VA Medical Center, 50 Irving St NW Washington, DC 20422
State: DC
Contracting office
Linthicum, MD • 21090 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Jameel Gordon
Email
jameel.gordon@va.gov
Phone
none

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
245-NETWORK CONTRACT OFFICE 5 (36C245)
Office
Not available
Contracting Office Address
Linthicum, MD
21090 USA

More in NAICS 541720

Description

Sources Sought Announcement: This is a SOURCES SOUGHT ANNOUNCEMENT ONLY , it is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources-sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential sources capable of providing the services described below. Documentation on technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: Company name: (b) Address: (c) Point of Contact: (d) Phone, Fax (if applicable), and Email: (e) SAM Unique Entity ID: (f) Cage Code: (g) Tax ID Number: (h) Type of business, SDVOSB; VOSB, WOSB, small, large, etc., as appropriate: Must provide a Capability Statement that addresses the organization s qualifications and ability to perform as a contractor for the statement of work described below. Failure to provide sufficient information may result in the Government s inability to determine whether the respondent is capable. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Federal Supply Schedule Contracting # if applicable General Pricing The Department of Veterans Affairs, Washington DC VA Medical Center, located at 50 Irving St NW, Washington, DC 20422, the laboratory for Therapeutic Neuromodulation requires collection of structural and functional MRI data during experiments relating to substance use disorders and chronic pain. All interested parties should submit information by email only to jameel.gordon@va.gov. All emails must have as the subject line Solicitation No. 36C24526Q0367 Collection of Structural and Functional MRI Data during Experiments Relating to Substance Use Disorders and Chronic Pain . All information submissions must be received no later than 10:00 AM (EST) on March 30, 2026. STATEMENT OF WORK Data Collection of Magnetic Resonance Imaging (MRI) for Neuromodulation Research General Information Statement of Need and Purpose The laboratory for Therapeutic Neuromodulation at the Washington DC VA Medical Center (DCVAMC) requires collection of structural and functional MRI data during experiments relating to substance use disorders and chronic pain. Studies and Funding This contract supports two funded research studies: Low Intensity Focused Ultrasound for Chronic Pain: High Resolution Targeting of The Human Insula Grant: VA Clinical Science R&D Project #: I01CX002562-01A2 Low Intensity Focused Ultrasound for Tobacco Use Disorder: High Resolution Targeting of the Human Insula Grant: VA Clinical Science R&D Project #: I01CX002427-01A1 Period of Performance The period of performance for this service is for one base year with two (2) 12-month Option Periods Place of Performance Work associated with this contract shall take place at the contractor s office. The MRI scans will be performed at the DC VAMC and/or at the Center for Molecular and Functional Imaging (CFMI) at Georgetown University. The scans (de-identified) will be transferred to the Contractor via VA-approved encrypted flash drive. Scope of Work General Requirements The contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities as needed to perform the Statement of Work below. The Contractor shall: Provide expertise in review of structural CT and MRI scans. Provide expertise in interpretation of structural CT and MRI scans. Level of Effort During the period of performance of one year from the data of award in addition to 3 one-year options, the contractor shall provide up to 91 hours of effort during the first period of performance of the contract. Each participant will undergo approximately 5 hours of scanning total across the course of their entire respective study. Specific Mandatory Tasks and Associated Deliverables Task 1: Baseline Brain CT and MRI Scan reading The Contractor shall review scans regarding presence or absence of any of the imaging exclusion criteria outlined in the research protocol. Reports shall be a research report and not a formal clinical evaluation. Deliverable 1: Reports on baseline brain CT and MRI readings in accordance with the research protocols Task 2: Structural MRI scan readings The Contractor shall review structural MRI scans, that are done after the experimental intervention specified by the protocol, for any structural changes compared to the baseline MRI. Reports shall be a research report and not a formal clinical evaluation. Deliverable 2: Reports on post intervention structural MRI scan readings as directed Task 3: Report incidental findings The Contractor will inform the VA Principal Investigator (PI) in the event of any incidental findings discovered on review of the MRI and CT scan. The Contractor will inform the PI so she can arrange the appropriate follow up and evaluation if indicated. Deliverable 3: Provide information on any incidental findings to the VA Primary Investigator within 24 hours of their identification. Inspection and acceptance criteria The COR and/or VA Primary Investigator will review all work performed by the Contractor data analysts including their reports and deliverables and determine acceptability by evaluating for accuracy and clear presentation. TASK Deliverable METHOD(S) OF SURVEILLANCE 1: Baseline Brain CT and MRI readings 1: Reports on presence or absence of any of the imaging exclusion criteria outlined in the research protocol COR and /or VA Primary Investigator will review the report and provide feedback to the Contractor 2: Structural MRI scan readings 2: Reports on any structural changes from baseline MRI COR and /or VA Primary Investigator will review the report and provide feedback to the Contractor 3: Report incidental findings 3: Repot of any incidental findings COR and /or VA Primary Investigator will review the report and provide feedback to the Contractor Other Considerations Key Personnel The Contractor is the key personnel identified for this requirement. Key personnel requirements shall be: Board certified radiologist Minimum of one (1) year experience in all the following: Structural CT and MRI methods in neuroscience research Demonstrated experience working with biomedical staff; Currently working within a University Information Security Plan Structural and functional MR images will be produced and securely transferred back to the VA in accordance with the studies data use agreement(s). Publications and Publicity The contractor shall contribute to data gathering and will be acknowledged in all scientific publications relating to the studies mentioned in this SOW. Confidentiality of Information Confidentiality of information is required. The government will not provide the contractor any information or data of a personal nature about individual(s) or proprietary information or data pertaining to an institution or organization which is confidential. Whenever the contractor is uncertain regarding the confidentiality of or a property interest in information under this contract, the contractor should consult with the Contracting Officer prior to any release, disclosure, dissemination, or public Changes to statement of work Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Contractor personnel The contractor shall be responsible for recruiting, selecting, hiring, and supervising all contractor personnel. The contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective support, performed in accordance with the requirements contained in the SOW. The director of ERIC has obtained UW Institutional Review Board (IRB) approval for the activities of the contractor data analysts. Security Data and Information System Security The contractor will require access to Department of Veterans Affairs computer systems. The contractor will receive only coded limited datasets, including unique study identifier and dates of testing, diagnoses, etc., utilizing VA-compliant procedures. The contractor will ensure the highest degree of security to protect personal and confidential data of participants from intentional or unintentional release, loss, or destruction. The contractor and contractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. Data will be transferred, retained, utilized, and destroyed in accordance with VA and VHA policy including the following: (1) VA Directive and Handbook 6500, Information Security Program; (2) VA Directive and Handbook 6502, Privacy Program; and (3) VHA Directive 1605, VHA Handbook 1605.1 and 1605.2. Every effort must be made to avoid inadvertent breaches of confidentiality.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.