SOURCES SOUGHT
U -- THOR3 (Tactical Human Optimization Rapid Rehabilitation Reconditioning) Program - Performance Work Statement (PWS)
- Notice Date
- 7/12/2011
- Notice Type
- Sources Sought
- NAICS
- 611620
— Sports and Recreation Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- THOR3FY12
- Archive Date
- 8/13/2011
- Point of Contact
- Andre R. Dickson, Phone: 9104323781, Gloria Harris, Phone: 910-432-6978
- E-Mail Address
-
andre.dickson@.soc.mil, harrisgl@soc.mil
(andre.dickson@.soc.mil, harrisgl@soc.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement (PWS) THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC), Deputy Chief of Staff - Surgeon is seeking sources for a contemplated contract for USASOC's THOR3 (Tactical Human Optimization, Rapid Rehabilitation and Reconditioning) Program. The THOR3 program will focus on optimizing the physical and mental conditioning of Army Special Operations Forces (ARSOF) personnel and sustaining elevated physical function, conditioning, and speed recovery of injured personnel to optimal peak physical and mental performance. Crucial to the success of this initiative is highly qualified and performance based strength and conditioning specialists and performance dietitians. This program is unique to the U.S. Special Operations Command since there is no existing program within the military or the Army. The Draft Performance Work Statement (PWS) is provided and details the Government's requirements for contractors to adequately assess their inherent capabilites. The PWS could change, but it provides the framework of the THOR3 Program. The Human Performance Enhancement Professionals will include the following: Data Manager. Data Manager Services include managing the development and maintenance of an Army SOF specific database that details the number of personnel tracked and trained in the THOR3 programs. The Data Manager is the THOR3 representative and expert in all areas of automation related to performance metrics information. This requires the analysis of information and development of reports and overall management of approximately fourteen (14) relational databases corresponding to CSC/CSU locations. Performance Dietitian The contractor employee implements and delivers comprehensive nutrition program covering all aspects of optimal health, performance and rehabilitation of illness and injury. Performance Nutrition services include providing training and technical support to special operations commanders, medical professionals, performance professionals, team leaders and operators to develop, manage and implement an effective, comprehensive nutrition program; reviewing and updating unit nutrition needs and administering program based on those needs; providing liaison with in- and out-patient programs for unit Soldiers; monitoring, gathering, reporting health and performance outcomes; and communicating with commanders, medical providers, performance enhancement professionals, team members and other personnel as indicated. Strength and Conditioning Specialist (S &C Specialist) The contractor employee implements programs and progressive methodologies for the THOR3 Program. Strength and conditioning services include providing training and technical support to special operations team leaders and operators to develop, manage and implement an effective strength and conditioning and performance program; training and providing ongoing technical support to designated team members, including medics, as well as medical team members as needed; reviewing and updating team members/operators workout programs to ensure safety and effectiveness and conducts training on the strength and conditioning program; providing recommendations and consultation on strengthening, conditioning and performance as part of the overall organizational physical training program and communicating with commanders, team members, medical providers, and other personnel as indicated. Contractor shall identify the site lead for the S&C positions at each SFG. Site Lead should be identified as the S &C contractor with the most head S&C experience at the elite training levels. Performance Physiologist The contractor employee serves as the subject matter expert on performance physiology related issues such as periodization of training, under-recovery (overtraining), arduous environments and task-specific physiological evaluation for the THOR3 program. Performance Physiologist works with THOR3 Performance Dietitians and medical professionals to advise on ergogenic aids. He/she will advise the Program Administrator on modifications based on metric data analysis and develop briefings pertaining to physiological aspects of the Human Performance Program. The contract employee will assist in developing appropriate educational materials regarding human performance and communicate with commanders, team members, medical providers and other personnel as indicated. Interested parties are requested to submit a capabilities statement that clearly demonstrates their corporate capabilities. The capabilities statement should not exceed 15 pages and must provide a summary of relevant experience and knowledge that addresses the entire scope of the statement of work. Key elements to consider in your submission are technical approach and concept for course development and pilot execution, as well as, prior experience/examples of similar courses/work previously completed. The narrative must include information on personnel to include the number of years/types of experience and relevant certifications. The statement should also include substantive current and/or recent (within the last 3 years) past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, a brief description of the services, and the Contracting Officer/ Contracting Officer's Representative's (COR's) name, email address, and phone number. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. The anticipated North American Industry Classification Standards (NAICS) is 611620, Sports and Recreational Instruction and the small business size standard is $7.0M. Contractors interested in performing these services should be registered in Central Contractor Registration (www.ccr.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the Government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures. Responses shall be submitted electronically via email to andre.dickson@soc.mil. All responses shall be submitted by 4:00 PM on 29 July 2011. For information regarding this notice, contact Mr. Andre Dickson via email at the address above. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. The address and telephone number of the Contracting Officer is: Gloria Harris HQ, USASOC E-2929 Desert Storm Drive (Stop A) DCS, Acquisitions and Contracting Fort Bragg, NC 28310-9110 Com: 910-432-6978 Fax: 910-432-9345 harrisgl@soc.mil. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the offerors responsibility to ensure receipt of all e-mail correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contract Office at 910-432-3781.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/THOR3FY12/listing.html)
- Place of Performance
- Address: Fort Bragg, North Carolina, Fort Benning, Georgia, Hunter Army Airfield, Georgia, Joint Base Lewis-McChord (JBLM), Washington, Eglin Air Force Base (AFB), Florida, United States
- Record
- SN02495733-W 20110714/110712234553-143fe68547c309c29fb7ebc3939bb217 (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 |