SOLICITATION NOTICE
A -- Medical Modeling & Simulation Planning Tools SATO IDIQ
- Notice Date
- 1/21/2020 11:23:56 AM
- Notice Type
- Presolicitation
- NAICS
- 541
— Professional, Scientific, and Technical Services
- Contracting Office
- NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
- ZIP Code
- 21702-9203
- Solicitation Number
- ADVFY20RD10001
- Response Due
- 2/5/2020 11:30:00 AM
- Archive Date
- 02/20/2020
- Point of Contact
- Cheryl Vendemia, Phone: 3016196004
- E-Mail Address
-
cheryl.r.vendemia.civ@mail.mil
(cheryl.r.vendemia.civ@mail.mil)
- Description
- Title: Medical Modeling and Simulation (MMS) Planning Tools Sustainment, Enhancement, and Application (PTSEA) on behalf of the Naval Health Research Center (NHRC) Description: The Medical Planner�s Toolkit (MPTk) and the Joint Medical Planning Tool (JMPT) are real-time research supported software programs for DoD medical planners that estimates medical resource requirements using data from the Expeditionary Medical Encounter Database (EMED) and Expeditionary Medical Knowledge Warehouse (EMedKW) to develop course of action operational risk assessments.� JMPT performs overall medical systems analysis and operations research studies for a variety of scenarios. This work assumes a systems view of the tactical medical treatment facility (MTF) network within the theater of operation where the MTFs are integrated with transportation assets and compete for medical/logistics resources (staff, equipment, transporters) as human casualties flow through the system.� JMPT supports analysis of casualty mortality relative to time and space on the battlefield and the capabilities of medical and evacuation assets. Casualty data from the EMED is used along with subject matter expert input to model the likelihood of dying from injuries because of delay in treatment.� This acquisition encompasses contractor research driven design and development of IT applications in accordance with the specifications for enhancing MPTk and JMPT and for establishing a common user database where data elements can be updated or added and are available for use in the suite of NHRC tools. For example, medical planners may use various NHRC programs/tools that produce input used in MPTK and JMPT such as Synthetic Theater Operations Research Model (STORM), the Joint Integrated Contingency Model (JICM), Casualty Rate Estimation Tool (CREstT) for shipboard, fixed base and ground casualty estimation, the Patient Condition Occurrence Frequency Tool (PCOF), the Expeditionary Medical Requirements Estimator (EMRE), and the Estimating Supplies Program (ESP).� Other programs or models may include other Department of Defense Models and the Expeditionary Medical Knowledge Warehouse (EMedKW).�� This effort includes defining and expanding the medical capabilities, determining the data elements and data relationships for forward resuscitative care and theater hospitalization required to conduct risk assessment, configure medical capabilities, evaluate emerging requirements, conduct mission rehearsal and deliver training, in addition to developing training materials and providing help-desk services.� The tasks also include developing medical manpower analytical methodologies, implementing a died of wounds (DOW) due to delay of treatment algorithms, mapping capabilities, optimizing simulation engines, and potential to migrate these tools to the cloud. Services shall be provided at the contractor's facility. The successful offeror shall possess maintenance-related knowledge and demonstrate expertise in developing the tools outlined above or equivalent (i.e. modeling and simulation tools for healthcare in military operational environments). In addition, the successful offeror shall have experience migrating software to the cloud (i.e., Software as a Service � SaaS). Performance of this contract requires access to classified data and will include a Department of Defense Contract Security Classification Speciation Form DD254. The successful offeror shall possess the capabilities to provide services at their facility and shall possess an active Department of Defense Facility Security Clearance level of SECRET and a Safeguarding for Classified Information/Material at Contractor Facility level of SECRET. All contract personnel require Eligibility for Access to Secret as part of the requirements for this contract. Classified automated information system (AIS) processing at the contractor's facility must be performed on a computer accredited at the level of information to be processed. Contractor must establish and maintain a classified analysis environment to perform the scope of work associated with this effort. Active access to SPIRNET at the contractor�s facility is required for this effort. (Reference: National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22M. AFFARS 5352.204-9000 and Visitor Group Security Agreement (VGSA) applies).� The successful offeror shall provide all computing systems in accordance with the DD254. The Government will not provide government furnished property/equipment or�supplies. Over the course of the 60-month contract period of performance (POP)/ordering period, the Government anticipates using the inherent flexibility and responsiveness of a Single Award Task Order (SATO) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Government will be fully engaged with defining new requirements and deliverables, for each new Each Statement of Work (SOW) and/or Performance Work Statement (PWS), as well as confirming the alignment of appropriate funding for the required POP of each task order. Cost-plus-fixed-fee level of effort (term/severable) and completion type (non-severable) task orders may be issued under this contract.� Each task order will include the task order type deemed appropriate by the Government. The services required are non-personal and are performance based. The resultant base contract will have a period of performance of 60 months from the start date of services. This is not a new requirement. The legacy contract numbers are N6264516C4016 and N6264518C4013; the incumbent contractor is Teledyne Brown Engineering, Inc. If for any reason there are no successful proposals, the Government reserves the right to re-open the solicitation. This requirement will be solicited in accordance with FAR Part 15, utilizing full and open competition (no set-asides).� A solicitation for this requirement is anticipated to be posted on or about 9 April 2019 to beta.SAM.gov. Solicitations are to be downloaded from beta.SAM.gov. No solicitations will be mailed. All proposals shall be submitted per the instructions set forth in the solicitation. Instructions for questions regarding this requirement will be outlined in the solicitation. No phone calls or faxes will be accepted regarding this notice. The Government reserves the right to change information included in this notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/58ceea24e22d4a53991d6e948d4e9c63/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05539077-F 20200123/200121230140 (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 |