Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2008 FBO #2250
SOLICITATION NOTICE

A -- Medical Modeling and Simulation

Notice Date
1/22/2008
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
N6133905R0095
 
Response Due
3/31/2008
 
Archive Date
5/30/2008
 
Point of Contact
Nikia Jelks, 407-384-5585
 
E-Mail Address
Email your questions to RDECOM Acquisition Center - Aberdeen
(nikia.s.jelks@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Broad Agency Announcement (BAA) N61339-05-R-0095 was publicized on the Federal Business Opportunities on 01 September 2005 by the U.S. Army Research, Development and Engineering Command Simulation and Training Technology Center (RDECOM STTC) . This n otice calls for White Paper Submissions in reference to the research interest entitled, Medical Modeling and Simulation. Technical Points of Contact for this specific white paper submission: Mr. Jack Norfleet, RDECOM STTC, (407)384-3897, jack.norfleet@us .army.mil or Mr. Bill Pike, RDECOM STTC, (407)384-5349, Bill.Pike@us.army.mil (email contact preferred). Contractual Points of Contact: Ms. Nikia Jelks, Contract Specialist US Army RDECOM Acquisition Center, 12423 Research Parkway, Orlando, FL 32826 or Ms. Vanessa T. Dobson, Procuring Contracting Officer, 12423 Research Parkway, Orlando, FL 32826. OBJECTIVE: The Severe Trauma Simulation Army Technology Objective (ATO) is researching capabilities to realistically simulate the look, feel, smell, and c linical accuracy of severe trauma for training medics, combat lifesavers and Soldiers. Severe trauma simulations will be tied to training scenarios appropriate for the current Operational Tempo (OPTEMPO) in the Global War on Terrorism (GWOT) and include a fter action review capabilities. While many of the objectives of the Severe Trauma Simulation ATO are being met by existing contracts, RDECOM-STTC is still looking for research in the area of olfactory stimulation to support realistic training. Specifica lly: 1. Technology to deliver relevant odors into a training environment. Note that training may occur both indoors and outdoors. a. For indoor use, delivered odors must not be persistent, i.e., once the training event is complete, the area sh ould be able to be rid of the delivered odors in a relatively short time period. b. For outdoor use, the odors must be strong enough to pervade the training area, subject to atmospheric conditions, while not unnaturally overwhelming trainees and trainer s. 2. Chemicals used to create the odors must not damage clothing any surface they contact as they are delivered, including flesh, clothing, walls, floors (carpet/concrete), and vegetation. Clothing subjected to the chemicals should be able to remove a ny lingering odor after a minimal number (preferably 1) of washings. 3. Both ambient odors (e.g., diesel fuel, gunpowder, sweat, odors natural to the environment being simulated for training) and trauma-related odors (e.g., feces, urine, burnt flesh a nd hair, bowel) should be delivered. Take into account the current operational environments todays Army faces when considering environmental odors. 4. Chemicals used to create the odors must be easy and safe to store for long periods of time, cannot d egrade over a period of 1 year (minimum) to 2 years (optimum). 5. Personnel preparing the chemicals for delivery must be able to do so with minimal contact. There should be no measuring of proper amounts to use; optimally, the delivery method will take a concentrate and perform any dilution required by the scenario. 6. As much as possible, body odors should come from the relevant source, i.e., patient simulators. In addition, odors should be scenario controlled, e.g., a bowel odor should be deliver ed if and when a student cuts into a patient simulator bowel. 7. The primary goal is to introduce the physical and psychological barriers that all care givers must overcome before they can successfully treat severely injured soldiers. The planne d method for accomplishing the research in this prospective area is to utilize a phased approach. Therefore, White Papers submitted should be structured so that the technical approach/solution for the proposed research areas address a Basic Award (Phase I) and one (1) priced Option Effort (Phase II) as stated below. The White Paper must include the anticipated period of performance, a technical description of the proposed concepts, the technical objectives and a planned approach to accomplish the stated objectives as well as a rough order of magnitude (ROM) cost. The ROM cost consists of the total cost plus profit/fee, if any. PHASE I. The Phase I ef fort will research how technology can be brought to fulfill the objectives as listed in the Objective paragraph, above. Initial prototypes should be developed and demonstrated in relevant environments (i.e., both interior and exterior training environmen ts.) Phase I will be a 12-month effort and funding will be approximately $75,000-$100,000. PHASE II. The Phase II effort will continue refining the prototype to improve realism, increase ruggedness, and to address any shortcomings identifie d in Phase I. At this time, it is anticipated that Phase II will be a 12-month effort with funding of approximately $150,000-$200,000, subject to budgeting constraints. Reference Documents are provided at http://www.rdecom.army.mil/STTC/baa. html THIS ANNOUNCEMENT CONSTITUTES THE ENTIRE SOLICITATION FOR THIS EFFORT. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. WHITE PAPER SUBMISSION: Any responsible offeror capable of satisfying the objectives identified in this annou ncement may submit a white paper. White Paper submissions are encouraged as early as possible but must be received at RDECOM STTC no later than 1600 EDT 31 March 2008. No extensions will be granted. White papers must address the objectives for both Phases and shall not exceed 10 pages in length of computerized text at 12-pitch, excluding resumes. Only unclassified white papers will be accepted. All white papers must include Phase II as a priced option. The white papers will be reviewed to determine that t he proposed effort is within the scope and interest of this solicitation. A proposal will only be solicited from white papers deemed to best meet the program objectives. White papers will be evaluated by a technical review board using the following criter ia listed in descending order of importance: (1) Scientific and Technical Merit: Proposed efforts should create new, or apply existing technology in a new way, that is advantageous to the proposed research topic. The overall scientific and technical me rit of the proposal must be clearly identifiable. The technical concept should be clearly defined and developed. Emphasis should be placed on the offeror's technical approach through a comprehensive, logical, orderly, concise, phased plan that indicates major milestones, critical paths, key events, capabilities that can be spun off, demonstration articles, etc. Consideration should be given to the extent which current State-of-the-Art technology is expanded. Offeror should discuss how their concept wi ll be documented, demonstrated, or evaluated, and this discussion should be indicative of the understanding of what is required in this program. (2) Potential Contribution to Military Services Needs and Transition to other Programs: The offeror must a dequately address how the proposed solution will meet the goal of the research topic. The proposal must show understanding of the potential approach and make a compelling case for the viability of the proposed effort. The relevance is further indicated b y the offeror's understanding of the operating environment of the product or demonstration (current Military or Industrial technical problems/issues, limitations, etc.). The relationships of the proposed effort with other ongoing or anticipated initiative s (military or civilian) that are focused on improving the Medical Modeling and Simulation should be considered. Offeror should recognize and identify potential strategies for transitioning technology within the DoD. Plans on how offeror intends to get d eveloped technology, and information on these developments, to the user community should be considered. (3) Personnel: The qualifications, experience, capab ilities, and demonstrated achievements of the proposed principal investigators and other key personnel for the primary and subcontractor organizations should be examined and assessed for the proposal objectives. (4) Corporate Capabilities and Facilitie s: Offerors are required to describe their relevant capabilities and accomplishments. The offeror must have a demonstrated capability to conceptualize, develop theories, identify concept deficiencies, analyze, and develop mature concepts for rapid applica tion/ demonstration. Consider the offerors history of related work. Also consider any unique facilities or equipment that the offeror possesses. (5) Cost: The overall estimated cost to accomplish the effort should be considered as well as the substa ntiation of the costs for the technical complexity described. Evaluation should consider the extent to which the proposed management plan will effectively allocate and provide accounting of funds, equipment, and personnel, select subprojects, monitor and evaluate the program to achieve the proposed objectives, and respond to contingencies created by unanticipated technical barriers or breakthroughs. Cost reasonableness and realism will be assessed, but this assessment is of a lower priority than the technical evaluation. White Papers found to be consistent with the requirements of this announcement and deemed to best meet the program objectives may be invited to submit a technical and cost proposal. To be eligible for award a white paper must be s ubmitted. Upon completion of white paper evaluations, Offerors will be notified whether or not their white paper was favorably received. Favorable review of a white paper does not constitute selection of the proposed effort for contract award and w ill not establish a binding commitment for the Government to fund the effort in whole or part. Upon notification, the Government will issue a request for proposal letter to the qualified offeror(s), who best meet the program objectives. If proposals are so licited, proposals are due NLT 2 June 2008. The requirements for proposal preparation and submission can be found at http://www.rdecom.army.mil/STTC/baa.html This announcement is an expression of interest only and does not commit the government to reimburse any proposal preparation cost for responding. The cost of proposal preparation in response to this announcement is not considered an allowable expense to the normal bid and proposal indirect costs as specified in FAR 31.205-18. Any request for wh ite paper or submission of a full proposal does not guarantee award. The Government reserves the right to cancel this requirement at any time and shall not be liable for any cost of proposal preparation or submission. Within the meaning of the Federal Acqu isition Regulation (FAR) at 6.102 and 35.016, this announcement constitutes the Government's solicitation for this effort. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may be published. WHITE PAPER FORMAT: White Papers shall not exceed 10 pages of computerized text at 12 pitch (excluding resumes) Contractor format is acceptable. The white papers should be provided in hardcopy and CD electronic form no later than 1600 hrs E DT 31 March 2008. NOTE: Both the hardcopy as well as the electronic (CD) copy MUST BE received together, by the due date and time. MAIL WHITE PAPERS TO: US Army RDECOM Acquisition Center, Attn: Ms. Nikia Jelks, Ccontract Specilaist, 12423 Research Park way, Orlando, FL 32826 no later than 1600 hrs EDT 31 March 2008. The administrative addresses are: Technical Points of Contact Technical Point of Contact is: Mr. Jack Norfleet, (407)384-3897, jack.norfleet@us.army.mil or Mr. Bill P ike, RDECOM STTC, (407)384-5349, Bill.Pike@us.army.mil Contracting Point of Contact: US Army RDECOM Acvquisition center Attn: Ms. Nikia Jelks, C ontract Specialist Phone: (407) 384-5585, ATTN: BAA N61339-05-R-0095
 
Web Link
Broad Agency Announcement
(http://www.rdecom.army.mil/STTC/baa.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01489697-W 20080124/080122223916 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.