Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2020 SAM #6762
SOURCES SOUGHT

R -- JURY and Blast Overpressure�Health Hazard Assessment (BOP-HHA) Software Risk Assessment Methodology Training and Consultative Services in support of the U.S. Army Public Health Center (APHC).

Notice Date
6/2/2020 7:24:12 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
 
ZIP Code
21702-5014
 
Solicitation Number
PANMRA-20-0000-004722
 
Response Due
6/8/2020 6:00:00 AM
 
Archive Date
06/23/2020
 
Point of Contact
Flodean Billings, Phone: 3016192648
 
E-Mail Address
flodean.p.billings.civ@mail.mil
(flodean.p.billings.civ@mail.mil)
 
Description
Title: JURY and Blast Overpressure�Health Hazard Assessment (BOP-HHA) Software Risk Assessment Methodology Training and Consultative Services in support of the U.S. Army Public Health Center (APHC). � Solicitation:�� PANMRA-20-0000-004722 Notice Type: Request for Information (RFI) Response Date:� 08 June 2020 NAICS:� 511210 Software Publishers�������������������������������������������������������������������� Scope:� This new requirement requires the Contractor to provide the personnel, supplies, and facilities, necessary to conduct risk assessment methodology training on the BOP-HHA software and the INJURY model as defined in this Performance Work Statement (PWS). Objectives: The objectives are as follows: � Objective 1 � The Contractor shall develop a plan regarding how they will execute the required training on the BOP-HHA software and INJURY model (Deliverable 1). Objective 2� The Contractor shall provide risk assessment methodology training on the BOP-HHA software and the INJURY model. The training shall occur at the Contractor�s facility and include 120 hours of training for one (1) APHC Government Subject Matter Expert (SME) and 40 hours of concurrent training for two (2) Government employees. All training information must be documented in a manual and provided to each APHC attendee (Deliverable 2 & Deliverable 3).� Objective 3 � The Contractor shall provide consultative services regarding necessary software upgrades, assessment questions, and other related requests during the performance period (Deliverable 4). Specific Task/Requirement: � Key Task 1 � The Contractor shall provide a training plan outlining how the required risk assessment methodology training on the BOP-HHA software and the INJURY model will be carried out. � Key Task 1 � The Contractor shall provide an in-depth review of the components of the risk assessment methodology associated with occupational blast overpressure exposure. � Key Task 2 � The Contractor shall ensure understanding of the outcomes predicted by the current BOP-HHA software by providing information on all components of the BOP-HHA software and the INJURY model. � Key Task 3 � The Contractor shall provide comprehensive training on the INURY model including information on model development, the basis of modeling the injury mechanism, use of the model, and interpreting model outcomes. �Key Task 4 � The Contractor shall provide comprehensive training on the BOP-HHA software including information on software development, how the INJURY model is implemented into the software, software capabilities, use of the software, use of Blast Test Devices for data collection, and interpreting software outcomes. � Key Task 5 � The Contractor shall facilitate the hands-on analysis of case studies, using the BOP-HHA software and INJURY model, from input of blast overpressure data, to explanation of generated outputs and interpretation of the predicted risk information. Key Task 6 � The Contractor shall provide the necessary personnel, supplies, and facilities to conduct the risk assessment methodology training. Key Task 1 � The Contractor shall provide consultative services (related to this training, the BOP-HHA software, the INURY model, software upgrades, assessment questions, etc.) during the period of performance for this contract. Key Task 2 � The Contractor shall be accessible via phone or email during the work week and respond to inquiries within 2 business days of a request. RFI INSTRUCTIONS: Interested parties are asked to respond to this RFI and submit a capabilities statement that supports the focus of this RFI. �Please review the place of performance requirements. Please submit written responses via email in Microsoft Office 2000 or 2007 format.� All responses should be complete: in 12-point font; and not to exceed 3 pages total, including graphics, tables, and appendices. No hardcopies shall be accepted. No written solicitation document is available at this time. Telephone requests will not be honored, and no bidders list shall be maintained. No inquiries regarding any potential future acquisition activities shall be entertained. Potential offerors are requested to direct all questions via email to the Point of Contact listed below. Responses are due to the Point of Contact, Ms. Flodean Billings at email:� flodean.p.billings.civ@mail.mil� no later than 9:00AM EST, Monday, June 8 2020. CAUTION:� This is an active requirement. Contractors are strictly prohibited from discussing this requirement with any member of the program office. All discussion shall be with the point of contact listed above. DISCLAIMER:� This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any kinds of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da52d72cf929415ba10105be65736c5e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05677998-F 20200604/200602230213 (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.