SPECIAL NOTICE
A -- Medical Evacuation During Sustained Acceleration (MEDUSA)
- Notice Date
- 5/22/2024 1:22:44 PM
- Notice Type
- Special Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
- ZIP Code
- 21702
- Solicitation Number
- HT9425-24-NOI-MEDUSA
- Response Due
- 6/7/2024 10:00:00 AM
- Archive Date
- 06/14/2024
- Point of Contact
- Tammy McRae, Phone: 301-619-3771
- E-Mail Address
-
tammy.n.mcrae.civ@health.mil
(tammy.n.mcrae.civ@health.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NOI to Sole Source:� HT9425-24-NOI-MEDUSA NOTICE OF INTENT TO SOLE SOURCE: This is a Notice of Intent to Sole Source award on the basis of other than full and open competition in accordance with the Federal Acquisition Regulation (FAR) 6.302-1, as the unique services are only available from one source and awarding to any other source would not fulfill the agency�s requirements. This is not a Request for Quotes or Proposals. No contract award will be made on the basis of the responses to this notice. The purpose of this notice is to allow interested parties to assert and explain their capability to perform the work described. The U.S. Army Medical Research Acquisition Activity (USAMRAA) located at 808 Schreider Street, Fort Detrick, MD on behalf of the U.S. Air Force (USAF) 59th Medical Wing, Science and Technology (ST) Office at Joint Base San Antonio, TX intends to award a sole source firm fixed price contract to Bridge PTS Incorporated to provide research for a study titled �Medical Evacuation During Sustained Acceleration (MEDUSA) Bridge Preclinical Testing Services (PTS)�. PROGRAM DESCRIPTION The DOD is actively considering rapid movement of supplies and personnel using vertical takeoff and vertical landing (VTVL) reusable spacecraft for global point-to-point transit. The physiologic and environmental repercussions of this environment on DOD personnel and AE equipment remain unexplored, which may have significant implications for mission capability. It is critical that impacts of sustained acceleration on critical care equipment and pathology be better understood so that rapid commercial aerospace engineering advancements do not outpace medical capability in these environments, leading to fatal, mission-ending outcomes. It is anticipated that this research will be foundational to DoD capability to use vertical take-off and vertical landing commercial spacecraft for the movement of ill or injured patients. The main objective of this study is to: Determine the impacts of sustained acceleration on the hemodynamics on a swine model of critical care medical evacuation. Simulate flight conditions required by the research protocol. Use a large centrifuge rated for animal research and capable of supporting advanced animal research. ELIGIBILITY The applicable NAICS code for this requirement is 541380 � Testing laboratory Services Includes testing laboratory services and veterinary, natural, and life sciences. PSC: AC13 - National Defense R&D Services; Department of Defense - Military; Experimental Development. SUBMISSION DETAILS Responses should appear on company letterhead and include affirmation of active registration in the System of Award Management (SAM), your qualifications and any other applicable data or information. Additionally, respondents should indicate whether they are a large business, small business, small-disadvantaged business, 8(a) concern, woman-owned small business, HUBZone, service-disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. If your organization has the potential capacity to provide the required services, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization, DUNS number; and 2) a tailored capability statement addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capabilities, organizations should address the administrative and management structure of such arrangements. Interested businesses should submit a brief capabilities statement package (no more than ten pages, with font no smaller than 10 point) demonstrating ability to provide the services listed in the required capabilities description. Documentation should be in bullet format. Your response to this Notice of Intent, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Tammy McRae, in either Microsoft Word or Portable Document Format (PDF), via email to tammy.n.mcrae.civ@mail.mil no later than 1:00 p.m. Eastern Standard Time on 7 June 2024 and reference this Notice ID number in the subject line of your e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Notice of Intent that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this notice and all responses will be considered by the agency.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c247edf404074896b10a73769094c7e9/view)
- Place of Performance
- Address: 0, TX 78234, USA
- Zip Code: 78234
- Country: USA
- Zip Code: 78234
- Record
- SN07072904-F 20240524/240522230043 (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 |