SOURCES SOUGHT
Q -- U.S. Army Medical Department (AMEDD) Transcranial Doppler Program
- Notice Date
- 8/13/2011
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-TCD-PROGRAM
- Response Due
- 8/18/2011
- Archive Date
- 10/17/2011
- Point of Contact
- Terry Bice, 301-619-6837
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(terry.g.bice@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: U.S. Army Medical Department (AMEDD) Transcranial Doppler Program Transcranial Doppler Services for Patients with Traumatic Brain Injury This a SOURCES SOUGHT announcement issued by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the U.S. Army Surgeon General's Transcranial Doppler (TCD) Program which is managed by the Telemedicine and Advanced Technology Research Center (TATRC) at Fort Detrick, Maryland. The purpose of this annoucement is to conduct Market Research in accordance with (IAW) Federal Acquisition Regulation (FAR) 10.001(a)(2) for the acquisition of TCD services. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. In order to protect the integrity of any future procurement, if any should arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government. The NAICS code for the project is 621999. The small business size standard is $9,000,000.00 Background/Purpose: The TCD Program is part of the U.S. Army Surgeon General's overall Traumatic Brain Injury (TBI) Action Plan. It was developed to address the need for timely assessment of cerebral vascular injuries such as vasospasm from TBI. The AMEDD TCD Program uses a comprehensive approach to assessing and monitoring cerebral vascular activities utilizing a central laboratory for oversight and management of this important medical capability. This program, managed by the Telemedicine and Advanced Technology Research Center (TATRC), has implemented an enhanced level of support for clinicians by providing rapid response to TBI through transcranial ultrasound testing and interpretation. It has served as a vital component of the Neuro-Critical Care Service for the National Capitol Neurosurgery Consortium-which includes Walter Reed Army Medical Center (WRAMC), the National Naval Medical Center (NNMC) - herein referred to as Walter Reed National Medical Center (WRNMC), as well as Brooke Army Medical Center (BAMC) and Wilford Hall Medical Center - herein referred to as San Antonio Military Medical Centers (SAMMC), representing a tri-service approach and providing a capability to areas that previously did not exist. Given the need for early detection, the program will be expanded to Landstuhl Regional Medical Center (LRMC) near Kaiserslautern, Germany, bringing a capacity for early detection closer to the point of injury. The TCD Program will ensure a comprehensive approach to TCD services by implementing a Central Laboratory for oversight and management of this important medical capability. In addition to the traditional TCD testing and interpretations for WRNMC and SAMMC, this program will implement an enhanced level of support for clinicians at LRMC. Objective: The TCD Program will ensure that physicians at WRNMC, SAMMC, and LRMC will have access to a comprehensive TCD service to ensure the highest standard of neurological care for wounded warriors suffering from brain injury. The TCD Program will ensure that TCD testing and rapid interpretation of studies is available to all participating sites. It is imperative that the potential respondant understands and is capable of integrating its services into the military medical environment. The TCD services must include both monitoring and diagnostic capabilities. Performance Requirements: The Contractor shall function as the TCD Central Laboratory and in collaboration with WRNMC/SAMMC/LRMC, the Contractor shall design, implement and operate a TCD Program, which includes the following services: TCD Program set-up TCD In-service TCD 24/7/365 On-site and remote support TCD Monitoring and Testing TCD Interpretation The Contractor shall provide a telecommunications infrastructure to support the optimal performance of the TCD Program. The Government will: Provide TCD imaging equipment at WRNMC, SAMMC, and LRMC. Anticipated Period of Performance: The anticipated period of performance for this potential acquisition will be from September 2011 through September 2014, for a period of three years. Capability Statement/Information Sought: Respondents must provide, as part of their responses, information concerning (a) staff experience, including their availability, experience, and training; (b) current capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capabilities; and (e) examples of prior completed Government contracts, references, and other related information. Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement, as well as the eligible small business concern's name, point of contact, address and DUNS number. Information Submission Instructions: All Capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Terry G. Bice, Contract Specialist, at terry.g.bice@amedd.army.mil, in Adobe Portable Document Format (PDF), by August 17, 2009, 3:00 PM, EDT. All responses must be received by the specified due date and time in order to be considered. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The Government is not seeking or accepting proposals (solicited or unsolicited) at this time. The responses to this posting will be used for informational purposes only. The Government will not pay for any information received or costs incurred in preparing the responses to this announcement. Therefore, any cost associated with responding to this announcement is solely at the interested vendor's expense.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-TCD-PROGRAM/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN02533660-W 20110815/110813233305-a58077d220e36d712567806dbd356670 (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 |