Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2011 FBO #3689
SOURCES SOUGHT

A -- Virtual Patient technology with Virtual Worlds technology. The effort will build upon the technological advances seen recently in both of these technology areas.

Notice Date
12/29/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-12-WP-VPTVW00
 
Response Due
1/18/2012
 
Archive Date
3/18/2012
 
Point of Contact
justin.woolsey, 407.384.3942
 
E-Mail Address
ACC-APG (C4ISR)
(justin.woolsey@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Broad Agency Announcement (BAA) W91CRB-08-R-0073 was publicized on the Federal Business Opportunities on 11 Aug 2008 by the U.S. Army Research, Development and Engineering Command Simulation and Training Technology Center (RDECOM STTC). This notice 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. Matthew Hackett, 407-384-5349; matthew.g.hackett@us.army.mil (email contact preferred). Contractual Points of Contact: Mr. Justin H. Woolsey, Contract Specialist, 407-384-3942, justin.woolsey@us.army.mil, US Army RDECOM, U.S. Army Contracting Command - APG (Orlando Team), 12423 Research Parkway, Orlando, FL 32826 or Ms. Nikia S. Jelks, Procuring Contracting Officer, 12423 Research Parkway, Orlando, FL 32826. OBJECTIVE: The objective of the research effort will be to incorporate Virtual Patient technology with Virtual Worlds technology. The effort will build upon the technological advances seen recently in both of these technology areas. The targeted training population should be the Combat Medic; however, the potential use will extend to Combat Lifesavers, Combat nurses, and Combat doctors. RDECOM-STTC is looking for research in this area to augment the current training curriculum. Specifically: 1.High fidelity avatars capable of exhibiting subtle signs and symptoms present due to a variety of medical pathologies 2.Variable levels of detail, in order to render scenes with many assets / avatars. Display of avatars should range from a low level of detail necessary in high population areas to a higher level of detail needed during practitioner / patient interactions 3.Patient avatars tied to a physiology model in order to provide accurate, physiological patient response due to medical intervention 4.Technology to deliver relevant patient - practitioner interactions in order to help train communications skills, triage capabilities, diagnostic steps, and other medically relevant training tasks. 5.Capability to create scenarios within the Virtual World, such as the arrival of a patient at a military hospital 6.Multiplayer capability in order to allow for collaboration of medical personnel or supervision from senior medical personnel or instructor 7.Persistent environment allowing for the potential training regarding a continuum of care 8.Environment must be capable of supporting up to ~50 participants, with ~20 being display simultaneously within a given scene 9.The environment must be accurate to current military medical installations, such as a forward operating base, a battalion aid station, a military hospital, etc... 10.Relevant scenarios based upon common military medical problems, including blast injury, PTSD, TBI, etc... The planned method for accomplishing the research in this area is to utilize a phase approach. Therefore, white papers submitted should be structured so that the technical approach / solution address a Basic Award (Phase 1 / Year 1) and up to two priced options. 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 / overhead. PHASE I. Phase I effort will begin integration of Virtual World and Virtual Patient technology. Additional military medical assets, including environments, instruments, and avatars, will be developed. Interaction capabilities will be developed as well. An initial delivery of the software will be delivered at the end of phase I. Phase I will be a 12-month effort and funding will be approximately $500,000.00. PHASE II. During phase II, the scenario driven aspects of the program will be developed. Additionally, an extensive user evaluation will be done during phase II. The evaluation will test using military medical professions, with the potential for civilian medical professions as well. At this time, it is anticipated that Phase II will be a 12-month effort with funding of approximately $500,000, subject to budgeting constraints. PHASE III. Based on the results of the phase II evaluations, the program will be further refined. Additional scenarios will be created based upon user feedback. The end result of phase III should be a mature software package, ready to be transitioned. At this time, it is anticipated that Phase III will be a 12-month effort with funding of approximately $600,000, 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 announcement 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 18 Jan 2012. 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 and III as a priced option. The white papers will be reviewed to determine that the 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 criteria 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 merit 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 will 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 adequately 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 by 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 initiatives (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 developed technology, and information on these developments, to the user community should be considered. (3) Personnel: The qualifications, experience, capabilities, 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 Facilities: 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 application/ demonstration. Consider the offeror's 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 substantiation 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 submitted. 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 will 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 solicited, proposals are due NLT 8 Feb 2012. The requirements for proposal preparation and submission can be found at http://www.arl.army.mil/www/default.cfm?page=8 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 white 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 Acquisition 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 EDT 18 Jan 2012. 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, U.S. Army Contracting Command - APG - C4ISR, Suite 700, Attn Mr. Justin H. Woolsey, Contract Specialist, 12423 Research Parkway, Orlando, FL 32826 no later than 1600 hrs EDT 18 Jan 2012. The administrative addresses are: Technical Points of Contact Technical Point of Contact is: Mr. Matthew Hackett Phone: (407)384-5349 Matthew.G.Hackett@us.army.mil Contracting Point of Contact: Mr. Justin H. Woolsey Contract Specialist Office: 407-384-3942, DSN: 970-3942 justin.woolsey@us.army.mil ATTN: BAA W91CRB-08-R-0073
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/879b2c43467c9dc9d2fd8a1b4c8663a3)
 
Place of Performance
Address: U.S. Army Contracting Command-APG (C4ISR), Simulation & Training Technology Center (STTC) 12423 Research Parkway Orlando FL
Zip Code: 32826
 
Record
SN02646775-W 20111231/111229233905-879b2c43467c9dc9d2fd8a1b4c8663a3 (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.