Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2015 FBO #5109
SOLICITATION NOTICE

99 -- NHRC WARFIGHTER 2015

Notice Date
11/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Research Center, 503 Robert Grant Ave., Contracting Dept, Bldg 500, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NHRC-WARFIGHTER-2015
 
Archive Date
12/9/2015
 
Point of Contact
Jaron C. McGee, Phone: 4072808566
 
E-Mail Address
jaron.c.mcgee.ctr@mail.mil
(jaron.c.mcgee.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK 1.0 TITLE. Development of a predictive algorithm framework for sleep staging and apnea 2.0 GENERAL. Sleep loss and circadian disruption can negatively impact warfighter health and performance and thus affect military operational readiness. The Naval Health Research Center Sleep and Fatigue Research Laboratory (NHRC-SFRL) seeks to develop validated, scientifically sound screening tools for sleep disorders, such as sleep apnea, that may be deployed in an outpatient setting with active duty service members. These tools would provide vital diagnostic information from the patients' real world setting, which may enhance clinical decision process and assist with customization of treatment plans. The NHRC-SFRL has a need for the development of algorithms related to sleep-related outcomes of interest to the NHRC-SFRL.The long term goal of NHRC-SFRL research is to guide design and implementation of a novel remote performance monitoring system from which to collect data for the analysis and prediction of sleep and performance-related outcomes for translation to multiple operational and clinical settings. 3.0 OBJECTIVE. Objectives for this particular research effort are as follows: 3.1 Leverage traditional sleep and behavioral metrics to collect information pertaining to operator state, such as subjective indicators of sleep experience & quality. 3.2 Develop and validate a user-centered, secure web-based data monitoring and visualization portal, which may be leveraged for research and training in the operational and clinical space. 3.3 Collect metrics of multi-sensor sleep, physiological, and psychological performance by down-selecting and integrating highly accurate, commercially available sensors into a portable device. The integrated system will be capable of providing raw sensor data to iteratively inform the predictive model. 3.4 Iteratively develop and validate a predictive model through ongoing cycles of data collection events and generic algorithm driven analysis. The resulting predictive model will be designed with the intent of translation to multiple operational and clinical use cases. 4.0 REQUIREMENT. Total Budget: $60,000 Specific tasks, staff, travel, and other requirements are described below. 4.1 TASKS. In support of this effort, the contractor shall: 4.1.1 Assist the host data collection site (NHRC-SFRL) with protocol development and methodological planning. Protocol development by the contractor will consist of data analysis study planning, protocol writing, and protocol submission performed in collaboration with NHRC-SFRL. Project initiation will require acceptance of a research protocol between NHRC and the contractor's Institutional Review Boards (IRB). This task will also include coordination of receiving required data, any necessary research equipment, and necessary training on operation of such equipment, from NHRC in order to execute the approved protocol. Deliverable: Joint IRB approved research protocol. Est. 1 month duration. 4.1.2 After receiving existing data sets from NHRC-SFRL, the contractor will perform data analysis, interpretation and algorithm development of these data. Using a time-series approach, data analytics will combine critical data elements from baseline periods, with those collected at various periods throughout and at the completion of data collection evolutions, accounting for individual differences and allowing creation of individual performance profiles. Data inputs related to physiology, subjective fatigue, and other behavioral measurements will be compiled to create a baseline predictive model of target outcomes such as sleep staging and sleep apnea. The model will improve in accuracy and expand its applications with a completed data set from NHRC-SFRL and future data sets. The initial baseline model will drive the continued development and deployment of specific methodologies to support new data collection and sensor testing, which in turn, will be used to iteratively refine the algorithms. Deliverables: (1) Identification of specific and generalizable factors pertaining to sleep quality; (2) A predictive model utilizing measurements of these factors to predict future behavior. Est. 9 month duration. 4.1.3 The contractor will perform project management activities including general discussions and management associated with executing the proposed project with the contractor's leadership and project team members, management and research planning activities performed in conjunction with NHRC-SFRL investigators, project product reviews as required, as well as data analysis and associated coordination of tasks with NHRC-SFRL. Final project closeout activities that can be accomplished prior to expiration of project funds will also be included under this task. Est. 9 month duration. 4.2 STAFF. The following staff is required and total estimated cost provided below: Position/Labor Category FTEs/Hours* Research Physiologist 1 (1,920) TOTAL $ 4.3 TRAVEL. Travel between NHRC-SFRL and the contractor's facility is anticipated in support of this delivery order. Cost is estimated to be $ based on the following: # trips, # people, # days to San Diego, CA. # trips, # people, # days to TBD. 4.4 OTHER DIRECT COSTS. The following ODC's are required, estimated cost $ 4.4.1 Supplies needed include data disks, shipment and packaging materials, shipping funds 4.4.2 Equipment needed includes multi-user data analysis software 5.0 RESTRICTIONS. There is no known existing or potential conflict of interest associated with this task. The vendor selected for the performance of this statement of work must comply with any licensing and certifications associated with this work, including demonstrating possession of medical liability and indemnification insurance as needed. 6.0 SECURITY CLEARANCE. Security clearance is not required for the contractor to complete this work. 6.1 The contractor will perform the work on their site and do not require independent base access. 6.2 The contractor will be working on an unclassified study and will not be handling classified information. 7.0 PERIOD OF PERFORMANCE. 9 months from date of award. 8.0 TECHNICAL POINT OF CONTACT. Rachel Markwald, PhD Sleep Physiologist Dept 162, Naval Health Research Center Telephone: (619) 767-4494 E-mail: rachel.r.markwald.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3371b83a864a30367414cc35178e9481)
 
Record
SN03947682-W 20151119/151117234453-3371b83a864a30367414cc35178e9481 (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.