Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 05, 2024 SAM #8074
SOURCES SOUGHT

R -- Analytical Services for U.S. Army Medical Research and Materiel Command (USAMRDC) - Office of the Principal Assistant for Research & Technology (OPART) for USAMRDC�s Research, Development and Acquisition (RDA) Programs

Notice Date
1/3/2024 9:04:47 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
PANMRA-24-P-0000-000520
 
Response Due
1/18/2024 9:00:00 AM
 
Archive Date
02/02/2024
 
Point of Contact
Elizabeth O'Hara, Phone: 3016192278
 
E-Mail Address
elizabeth.m.ohara3.civ@health.mil
(elizabeth.m.ohara3.civ@health.mil)
 
Description
This RFI/SS does not constitute a solicitation, nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI/SS will be solely at the interested vendor's expense. Not responding to this RFI/SS does not preclude participation in any future Request for Proposal (RFP), if any is issued. The Government has not made a commitment to procure any of the services described below. This RFI/SS is issued solely for information and planning purposes to gauge interest and capabilities for the upcoming requirement for the U.S. Army Medical Research and Development Command (USAMRDC) - Office of the Principal Assistant for Research & Technology (OPART) for Analytical Services. The overall scope of this effort is providing analytical services in the areas of research portfolio management, financial management, and information management. Multiple tasks require active SECRET and TOP SECRET/SENSITIVE COMPARTMENTED INFORMATION (TS/SCI) clearances for performance of duties. All staff must have a minimum of a Tier 1 (T1) background investigation. A TOP SECRET /Sensitive Compartmented Information (SCI) Facility Clearance will be required at time of award for performance under this requirement. Specific tasks are detailed in the attached draft Performance Work Statement (PWS). The overall objectives are described below. - Research, Development, Acquisition (RDA) Analyses to OPART: Design and conduct insightful analyses of technologies; research plans, funding and activities; requirements; business processes or systems; policies; organizational structures; and other business data, such as personnel or manpower information, as they relate to the medical Science and Technology (S&T) program. - Meeting & Conference Support: Provide technical, administrative, and logistical support to enable effective meetings and conferences in support of OPART requirements. Plan, organize, conduct, and document meetings and conferences ranging from small Integrated Product Teams (IPTs), working groups, and committees, to larger workshops or symposia. - Portfolio & Project Management (PPM) Support: Provide portfolio and project management support, including technical and administrative assistance, analysis, and data visualization to facilitate the work of OPART staff and/or other USAMRDC organizations, Command-affiliated DoD and interagency committees (e.g., the Biomedical Community of Interest), and working groups. - Subject Matter Expertise (SMEs): Provide access to scientific, medical, technical, regulatory, business management, and organizational subject matter experts (SMEs), on an as-needed basis, who understand and can assess, critique, summarize, and make recommendations on matters relating to the medical research program and relevant issues in science, technology, and engineering, supporting business processes, laboratory infrastructure, core competencies, command capabilities, and workforce. This includes providing training outputs which will typically be in the form of a report and/or briefings. - Combat Casualty Care Research Program (CCCRP) Scientific / Portfolio Management support: Provide planning, program management, and budget oversight of the Army and Defense Health Program Investment in casualty care and trauma research in order to lead the advancement of military medicine in these areas. CCCRP research portfolios must demonstrate research accomplishment in a field directly related to injury physiology. Specialized areas of program management include Directed Energy Health Effects, Combined Injury/Radiation Health, En Route Care, Autonomous Care and Evacuation/Medical Assist Support Technologies, Battlefield Resuscitation for Immediate Stabilization of Combat Casualties (BRISCC), and Prolonged Care (PC). - Surge Support Services: Provide Surge resources in each of the objectives described above, based on the evolving needs of the USAMRDC mission. Surge positions shall be considered temporary, and above the normal baseline support typically required. How to Respond: Please submit a Capability Statement that describes relevant experience, expertise, and capabilities based upon the size and scope of this requirement as outlined in the draft PWS. Each response should include the following business information and must not be more than ten (10) pages in length: a) Company name, mailing address, e-mail address, telephone, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. c) Unique Entity ID number, CAGE Code, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in System for Award Management (SAM, at www.sam.gov) to be considered as potential sources. d) Any and all Government IDIQ Contracts (e.g. Federal Supply Schedule, OASIS, etc.) you currently hold (to include the vehicle and your contract number) that could be used to fulfill this requirement. e) Describe your organization�s customer base and years of experience in Research, Development, Acquisition (RDA) Analyses services, or similar/related services. f) Describe your organization's specific and relevant experience and expertise to fulfill this requirement. Experience must be of similar size and scope. Please provide examples or provide references of previously completed deliverables related to this requirement. g) Provide Information relating to capabilities, novel ideas, industry best practices, industry capabilities to meet the needs of the Government�s requirement as outlined in the draft PWS. Do not regurgitate the draft PWS tasks, rather, outline company specific capabilities that match the work outlined in the draft PWS in order for the Government to make a fair capabilities determination. h) Confirm that your organization has the ability to provide personnel with SECRET and TOP SECRET/SENSITIVE COMPARTMENTED INFORMATION (TS/SCI) clearances. i) Confirm that your organization currently possesses a TOP SECRET /Sensitive Compartmented Information (SCI) Facility Clearance (or will at time of award). Capability statements will be reviewed for (1) Relevant experience based on the size and scope of the outlined requirement; (2) Company specific capabilities that match the work outlined in the draft PWS. The formal closing date for this RFI/SS and for the submission of all responses is NLT 18 January 2024 at 12:00 PM ET. All responses shall be submitted electronically using PDF or MS Word formats to the POC, Ms. Elizabeth O�Hara at elizabeth.m.ohara3.civ@health.mil. The Government will not entertain questions regarding this RFI/SS. All responses received will be considered; however, a determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Attachment: - Draft Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3d2f74c3eabd4dbcb776ef03773f68e9/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN06926149-F 20240105/240103230046 (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.