SPECIAL NOTICE
A -- Notice of Intent to Sole Source
- Notice Date
- 10/20/2023 12:48:21 PM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- DEFENSE HEALTH AGENCY (DHA)
- ZIP Code
- 00000
- Solicitation Number
- HT9425-23-NOI-JS01
- Response Due
- 12/5/2023 11:00:00 AM
- Archive Date
- 12/20/2023
- Point of Contact
- Jennifer Sikes, Phone: 3016191966, Barton Vint, Phone: 3016193689
- E-Mail Address
-
jennifer.m.sikes2.civ@health.mil, barton.j.vint.civ@health.mil
(jennifer.m.sikes2.civ@health.mil, barton.j.vint.civ@health.mil)
- Description
- Notice of Intent to Sole Source (HT9425-23-NOI-JS01) This is a Notice of Intent (NOI) 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 only one responsible source and no other supplies or services will satisfy agency requirements, (a)(2)(iii)(A), Substantial duplication of cost to the Government that is not expected to be recovered through competition, and FAR 6.302-1(a)(2)(iii)(B), Unacceptable delays in fulfilling the agencies 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 satisfy the requirement described. In support of the Telemedicine & Advanced Technology Research Center (TATRC), a Request for Information (RFI) was posted to System for Award Management (SAM) seeking capabilities statements from all capable and qualified sources. The RFI was posted to SAM on 28 September 2023 with all responses/capability statements due by 5 October 2023 at 2:00PM ET. The U.S. Army Medical Research Acquisition Activity (USAMRAA) located at 808 Schrieder Street, Fort Detrick, MD on behalf of TATRC, in support of the Biotechnology HPC Software Applications Institute (BHSAI), intends to award a sole source cost plus fixed fee contract to the Henry M. Jackson Foundation for the Advancement of Military Medicine (HJF) for support to conduct all elements of research on developing and implementing implement computational artificial intelligence (AI)-based individualized physiological response models that address Warfighter mental acuity and performance, responses to trauma and disease, and protection against extreme temperature environments. This Research and Development (R&D) requirement is to establish and validate individualized predictive analytics models that can serve as a Digital Twin of a Service member to anticipate undesirable physiological and clinical outcomes and make recommendations with sufficient lead time to mitigate, if not completely avoid, these adverse conditions.� This R&D effort to support the BHSAI will research, test, and develop a modernized concept that is applicable to individual Warfighters and will allow for the ability to make real-time actionable predictions at the individual level based on unobtrusively monitored physiological data. �The Digital Twin�s intuitive concept and appealing technology relies on mathematical models to accurately represent and reliably guide decisions and assess the consequences of a given decision.� This approach enables the capability to mathematically capture true individuality and make meaningful and accurate predictions. To successfully establish and validate the Digital Twin concept and technology, the following tasks will be completed: execute research in modeling individualized physiological response to trauma and disease; develop personalized mental acuity assessment, monitoring, and optimization research; develop thermoregulatory response models to extreme temperature exposures; provide data management, software development, and integration support for individualized physiological modeling; and report on data management, software development, and integration support for individualized physiological data modeling.� All testing and evaluation of different study protocols necessary to collect experimental data requires subject matter expertise provision. The applicable North American Industry Classification System (NAICS) code for this requirement is 541715 � Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology).� The Product Service Code (PSC) is AJ11 � General Science and Technology R&D Services; General Science and Technology; Basic Research. Any sources that believe they are eligible and capable of providing these services must respond in writing.� Responses must be supported with clear and convincing evidence articulating the ability to provide the services outlined above.� A request for documentation will not be considered an affirmative response.� Information received will be considered solely for the purposes of determining whether a competitive procurement is in the best interest of the Government.� If no written responses are received by the date listed below, which reflects forty-five (45) days after the publication of this notice, the contract will be awarded without further remarks.� This notice is provided solely as information to the marketplace. Responses should appear on company letterhead and includes 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. Your response to this Notice of Intent, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Jennifer Sikes, in either Microsoft Word or Portable Document Format (PDF), via email to jennifer.m.sikes2.civ@health.mil no later than (NLT) 2:00 p.m. ET on 5 December 2023 and reference this Notice ID number in the subject line of your e-mail and on all enclosed documents. 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 product and/or 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/672fb2580b2a48deb2c4b94e92095c5c/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN06864524-F 20231022/231020230050 (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 |