Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2022 SAM #7548
SOLICITATION NOTICE

B -- Anthropometry Study - Request for Information (RFI)

Notice Date
7/29/2022 4:01:56 PM
 
Notice Type
Presolicitation
 
NAICS
541490 — Other Specialized Design Services
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-22-I-1067
 
Response Due
8/31/2022 12:00:00 PM
 
Point of Contact
Mark Richter, Phone: 7037846916, Robert K. Crowder, Phone: 703-432-4900
 
E-Mail Address
Mark.Richter@usmc.mil, robert.crowder@usmc.mil
(Mark.Richter@usmc.mil, robert.crowder@usmc.mil)
 
Description
Request for Information Number: M67854-22-I-1067 Notice Type: Request for Information Synopsis: PURPOSE: This Request for Information (RFI) is the initiation of market research under Federal Acquisition Regulation (FAR) Part 10 and is not a Request for Proposals (RFP).� The information provided herein is for information only and is intended to initiate communication with industry in order to assess market potential.� No solicitation document exists at this time. �Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation.� In addition, the Government is under no obligation to pay for information submitted in response to this RFI and responses to this notice cannot be accepted as offers.� Any information that the Contractor considers proprietary should be clearly marked as such.� Responses to this RFI that indicate that all information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. In accordance with Secretary of the Navy (SECNAV) Instruction 5400.15D Department of the Navy (DoN) Research and Development, Acquisition, Associated Life-Cycle Management, and Sustainment Responsibilities and Accountability, dated 19 January 2021, Marine Corps Systems Command (MARCORSYSCOM) has the responsibility to centrally manage the collection and analysis of anthropometric data representative of Marine Corps personnel. MARCORSYSCOM is seeking a commercial services contract to conduct an update of the 2010 Anthropometric Survey of U.S. Marine Corps Personnel dated June 2013. The 2010 Anthropometric Survey of U.S. Marine Corps Personnel is located at Defense Technical Information Center (DTIC) Accession Number: ADA58191 at https://apps.dtic.mil/sti/pdfs/ADA581918.pdf . The anthropometry survey update will include approximately 900 additional male and female Marines with a focus on the percentile tails of less than 10th percentile and greater than 90th percentile. The Contractor will be required to develop a data collection plan, provide anthropometry data collection training for Government personnel, utilize 3D MD dynamic whole body and static head scanners at Government Facilities, utilize software for the extraction of measurements from 3D scans, utilize existing anthropometry data base and incorporate these survey results into a current anthropometry database. Included in this anthropometry survey will be clothed and equipped anthropometry scans and measurements. A majority of the anthropometry survey will be conducted at Quantico, VA, but may also require data collection at Camp Lejeune, NC, and Camp Pendleton, CA. Contractor personnel must be able to meet USMC Human Subjects Research qualifications with Collaborative Institutional Training Initiative (CITI) qualifications. This is envisioned to be a two- to three- year effort based on availability of Marine participants with a rhythm of two weeks of data collection followed by a three-week period of scans and measurement verification. The Contractor must be capable of conducting the 94 anthropometry measurements from the 2010 Survey. The developed anthropometry database must be in accordance with International Standard for Organization (ISO) 15535 �General requirements for establishing anthropometric databases�. The Contractor will be required to store and manipulate large amounts of 3D scan data and hand generated measurements. MARCORSYSCOM would like interested Contractors to provide capability statements and Rough Order of Magnitude (ROM) pricing. �Contractors are encouraged to submit responses that may include attributes other than those outlined above if they feel such attributes would benefit the Government.� Contractors with partial solutions, are encouraged to respond but should provide a proposed pathway to meeting the full scope of this RFI, including potential integration teaming arrangements. �Each Contractor may submit more than one (1) RFI response.� Each RFI response shall be a full, standalone response inclusive of all information as required by this RFI. MARCORSYSCOM requests the following additional information: (1)� Cover page to include: � Company name; � Point of Contact information; � Business Size Status under associated NAICS Code 541490 - Other Specialized Design Services If a Small Business, identify as socioeconomic categories that apply � Unique Entity ID; � CAGE code; � Cognizant DCMA and DCAA offices with point of contact names and contact information; � Distribution restrictions, controls and/or proprietary information statements; and � Information regarding availability of similar services through any other Government procurement avenues (i.e. GSA Schedule, other existing Government contracts). If the proposed solution has been previously sold through any other Government procurement avenues, provide this information as well. �If available, provide the existing contract numbers and points of contact for each reference. � The cover page is separate from, and not included in, the ten (10) page white paper allotment. (2)� Provide a white paper, in MS Word format, not to exceed ten (10) pages, which gives a summary of relevant services and/or concepts which address: � The services required above; � Support strategy. � Contractors are highly encouraged to provide any pertinent past performance data for similar projects substantiating any performance claims made in their response, which will not count against the page limit. (3)� Provide ROM pricing on the total cost for the duration of effort, including but not limited to, labor and travel costs required. �The ROM pricing and all items identified within this paragraph (3) will not count against the page limit. �All ROM pricing should be provided in MS Excel format with calculations intact; there should not be any hardcoded values derived from computations. (4) For services currently available under existing Government contracts, contract number, issuing Government agency, and period of performance should be provided. The Government may use contractor support to help review responses.� All contractor support personnel have corporate level non-disclosure agreements on file with MARCORSYSCOM. Responses are to be submitted via the DoD Safe Access File Exchange (SAFE) at https://safe.apps.mil/. �A Drop Off Request must be submitted via email for any respondent that does not have a DoD Common Access Card (CAC). �The recipient of all Drop Off Requests and documents submitted via DoD SAFE is robert.crowder@usmc.mil. �All Drop Off Requests must be submitted via e-mail by no later than 3:00 PM, Eastern Time, on 20 August 2022. �All attachments must be in Microsoft Office products formats as specified herein. The DoD SAFE page includes the ability to set a separate, user-created, encryption passphrase (note: this is not the same as the claim passcode) for an additional layer of protection of sensitive documentation.� If utilized, please provide the passphrase to robert.crowder@usmc.mil via a separate e-mail.� Classified information may not be transmitted via DoD SAFE.� Should the Contractor�s RFI response include classified information, an e-mail must be sent to robert.crowder@usmc.mil by no later than (NLT) 3:00 PM, Eastern Time, on 20 August 2022 so that arrangements may be made to accommodate the submission of such classified information. The Government reserves the right to establish this as a Small Business Set-Aside based on responses received. The Government may use information received from this RFI to inform future Marine Corps requirements. �Accordingly, respondents should mark proprietary information as appropriate. Proprietary information will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as ""the Act""), as implemented in the FAR. � Please submit any questions or comments directly related to this RFI via email to Robert Crowder, Contract Specialist, at robert.crowder@usmc.mil by NLT 3:00 PM, Eastern Time, on 17 August 2022 RFI responses via DoD SAFE shall be received by NLT 3:00 PM, Eastern Time, on 31 August 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3168db5db81454a83e59acd9dc07485/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN06407280-F 20220731/220729230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.