Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2002 FBO #0083
SOLICITATION NOTICE

A -- Medical Research and Development in Casualty Care and Management

Notice Date
2/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, ONR, CODE ONR-02 800 N. QUINCY ST. Rm 704, Arlington, VA, 22217
 
ZIP Code
22217
 
Solicitation Number
02-008
 
Response Due
6/3/2002
 
Point of Contact
J. Majde-Cottrell, Program Officer, Phone 703-696-4055, - Brandi Boniface, Contract Specialist, Phone 703-696-2588,
 
E-Mail Address
majdej@onr.navy.mil, bonifab@onr.navy.mil
 
Description
Solicitation Number: BAA 02-008 Due Date: Preproposals 21 March 2002 (initial due date); Proposals 3 June 2002 (initial due date) Classification: A Type: Procurement Agency: Office of Naval Research Ballston Tower One 800 North Quincy Street Arlington, VA 22217-5660 Technical Point of Contact: Dr. J. Majde-Cottrell, ONR 341, Telephone (703) 696-4055 and E-mail majdej@onr.navy.mil Submission Coordinator: Ms. Sarah Miller, ONR 341, Telephone (703) 588-1009, E-mail millersa@onr.navy.mil Business Point of Contact: Ms. Brandi Boniface, ONR 252, Telephone (703) 696-2588 and E-mail bonifab@onr.navy.mil Title: MEDICAL RESEARCH AND DEVELOPMENT IN CASUALTY CARE AND MANAGEMENT Synopsis: (1) General Statement of Research Need The Office of Naval Research (ONR 341) is soliciting preproposals and proposals directed at basic, applied and advanced development aspects of medical research focusing on combat casualty care, particularly the treatment of major blood loss, combined blood loss and head trauma, blast injury and traumatic shock. Of specific interest are novel approaches to acute pain control; methods for inducing metabolic down-regulation; models and therapeutic approaches to blast injury; methods for achieving hemostasis of large wounds; oxygen-carrying materials that substitute for red cells and are stable when stored under ambient temperature conditions. Especially meritorious submissions pertaining to hemorrhagic shock mechanisms and therapeutics and non-invasive diagnostic devices suitable for use in the field may be considered. The goals of the ONR Casualty Care and Management program are presented in more detail on the Internet at http://www.onr.navy.mil/sci_tech/personnel/ and below. The following aspects of acute trauma care are of particular interest: (1) products that control pain without cognitive and motor impairment; (2) novel approaches to metabolic down-regulation that facilitate casualty transport; and (3) treatments for physiological and sequelae of induced whole-body hypothermia or torpor. With respect to hemostasis and oxygen delivery, products with the following capabilities are sought: (4) hemostatic agents or devices that are affordable and capable of achieving hemostasis of large extremity and soft tissue wounds; (5) lyophilized red cells or other oxygen carriers that can be stored long-term with minimal refrigeration; (6) red cell substitutes free of vasoactivity and immunosuppressant activity that function without exogenous oxygen support. With respect to hemorrhagic shock, the following areas may be explored: (7) mechanisms of the shock response to trauma, especially neural, neuroendocrine, endocrine or immune mediators stimulated by hemorrhagic shock; (9) mechanisms of cellular injury during ischemia and reperfusion; (10) novel therapeutic interventions for shock; (11) design and development of a predictive preclinical model of hemorrhagic shock with or without head injury; (12) drug substitutes for large volume fluids that maintain cardiovascular function or additives for conventional resuscitation fluids that reduce volume requirements; and (13) improved delivery of fluids to hypotensive casualties. With respect to non-invasive diagnostics, (14) lightweight, portable technologies for enhanced diagnosis of injuries in the combat casualty by minimally trained personnel are desired. In addition to the above areas, any novel approaches that may save lives on the battlefield or maintain functionality of the casualty will be considered, especially those that identify risk, protract or mitigate adverse sequelae, or enable mission completion without medical consequence. Techniques and technologies suitable for use by first responders or limited license practitioners are a priority. Decision support system integration into diagnostic and therapeutic technologies is important. Further information is available from the Technical POC: Dr. J. Majde-Cottrell, 703-696-4055, E-mail: majdej@onr.navy.mil. It is not the intent of this solicitation to establish new facilities; investigators should be able to demonstrate the required research capability and the necessary facilities. Preproposals whose main objectives are to conduct analyses, literature reviews, or program evaluations are not encouraged. (2) Available Funding and Expected Award Instruments ONR anticipates that basic research (6.1), applied research (6.2) and development (6.3) funding will be available to make awards. Awards will primarily be in the form of grants (Universities) and cost-plus-fixed-fee (CPFF) contracts. However, the Government reserves the right to award cooperative agreements or other transaction agreements to appropriate parties, should the situation warrant use of an instrument other than a grant or a contract. (3) Instructions for Preparation of Preproposals Offerors are invited to submit five (5) copies of a preproposal formatted as described on the Internet at http://www.onr.navy.mil/sci_tech/personnel/. The preproposal (technical only) should not exceed three pages of text. In addition, an estimate of overall costs (including indirect) for a three year effort and a curriculum vitae of the principal investigator(s) (PI) should be appended together with the three-page technical preproposal along with any supporting information, such as reprints or preprints, that will assist in the evaluation of the preproposal. Offerors submitting the most promising preproposals will be invited to submit a full technical and cost proposal on all or part of their preproposal submission. However, any such invitation does not assure a subsequent award. Any offeror may submit a full proposal even if its preproposal was not identified as promising or if no preproposal is submitted; however, any full proposal submission would be made without the benefit of feedback prior to full proposal submission. The initial deadline for preproposals will be 1600 hours Washington Local Time, 21 March 2002 for the next funding cycle that begins 1 October 2002. (4) Instructions for Preparation of Proposals Formal proposals prepared in accordance with the Research Proposal Format Instructions as described on the Internet at http://www.onr.navy.mil/sci_tech/personnel/ will be required by 1600 hours Washington Local Time, 3 June 2002. Please note that special information is needed when experiments will be performed using animals, human subjects, or recombinant DNA. When animals will be employed, a completed DoD Animal Use Protocol with supporting documentation (copies of AAALAC approval, IACUC approval, research literature searches, and the two most recent USDA inspection reports) must be submitted with the proposal. Similarly, any proposal that involves the use of human subjects must include copies of the approval by the organization's committee for the protection of human subjects (Institutional Review Board, IRB); documentation of the organization's Multiple Project Assurance, Federal Wide Assurance, or DoD Single Project Assurance that covers the proposed human subjects study; and copies of the human use Consent Form. Proposals using recombinant DNA must include documentation of compliance with DHHS recombinant DNA regulations, approval of the Institutional Biosafety Committee (IBC), and copies of the DHHS Approval of the IBC letter. Please carefully review section "N" of the Research Proposal Format Instructions for further details and forms. The socio-economic merits of each proposal seeking a procurement contract will be evaluated in the context of the requirements described in this announcement. The evaluation process will consider the extent of commitment in providing meaningful subcontracting opportunities for small businesses, HUBZone small businesses, small disadvantaged businesses, woman-owned small business concerns, veteran-owned small businesses, historically black colleges and universities, and minority institutions. The North American Industry Classification System (NAICS) code for this solicitation, 541710 (which corresponds with the standard industrial classification code of 8731), specifies a small business size standard of 500 employees or less. A Small Business Subcontracting Plan prepared in accordance with FAR 52.219-9 must accompany contract proposals (full proposals) that exceed $500,000 submitted by all but small businesses. Entities that must submit a Small Business Subcontracting Plan for contract proposals that exceed $500,000 include universities/colleges, nonprofits, and large businesses. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals and/or join others in submitting proposals. However, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete or functionally separable areas of this technology for exclusive competition among these entities. Offerors must state in their preproposals and full proposals that the submission is in response to BAA 02-008. Preproposals received after 1600 hours Washington Local Time, 21 March 2002, or proposals received after 1600 hours Washington Local Time, 3 June 2002, may still be considered for the next funding cycle if funds are available. This BAA provides no funding for preproposals or subsequent proposal development purposes. All preproposals will be acknowledged within two weeks after submission. Preproposals and proposals will not be returned after evaluation. (5) Criteria for Selecting Proposals, their Relative Importance, and the Method of Evaluation The evaluation of proposals will be performed by government technical experts from the Office of Naval Research and possibly other Federal entities. The Government may use selected non-government personnel to assist in the evaluation and administrative functions of any preproposals and proposals ensuing from this solicitation. Such non-government personnel will be bound by appropriate non-disclosure agreements to protect proprietary and source-selection information. The evaluations of preproposals and full proposals will be conducted using the following criteria, which are listed in descending order of importance: 1) overall basis of innovation and scientific merit; 2) programmatic relevance of the proposal; 3) the qualifications and experience of the proposed principal investigator and key personnel; 4) the offeror's capabilities, related experience, facilities, techniques or unique combinations of these that are integral factors for achieving the proposal objectives; 5) realism of the proposed cost and extent to which the cost effectiveness of the proposed research is diminished by expenditures for excessive administrative and overhead expenses; and 6) socio-economic merits (for procurement contracts only). Notice to Government Entities: Government entities and Federally Funded Research and Development Centers (FFRDCs) are not eligible to submit proposals under this BAA. Other BAA Information: This FedBizOpps notice constitutes a BAA as contemplated by FAR 6.102(d)(2). Unless otherwise stated herein, no additional written information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for the same will be disregarded. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. Awards to successful offerors may be made at any time throughout the year following the date of this published announcement, based on funding availability. Interested parties are invited to respond to this synopsis. No hard copy version of this announcement will be made available. Questions of a business nature shall be directed to the Contract Specialist, Ms. Brandi Boniface. Questions of a technical nature shall be directed to the Technical Point of Contact, Dr. J. Majde-Cottrell. Preproposals and proposals should be submitted by the due dates cited in the BAA to Ms. Sarah Miller at the Office of Naval Research, Attention 341, Room 823, 800 N. Quincy St., Arlington, VA 22217-5660. Ms. Miller's phone number, 703-588-1009, should be used for express mail purposes. See contact information shown above. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. ONR?s goal is to have awarded instruments in place by the end of calendar year 2002. RESTRICTION ON DISCLOSURE AND USE OF DATA: Offerors will apply the restrictive notice prescription of FAR 52.215-1, Instructions to Offerors -- Competitive Acquisition, to trade secrets or privileged commercial and financial information contained in their proposals.
 
Record
SN00029305-W 20020223/020221213244 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.