Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
SOLICITATION NOTICE

A -- BAA N61339-01-R-0023 CALL FOR TECHNICAL/COST PROPOSALS FOR RESEARCH ENTITLED,

Notice Date
3/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N6133901R0023CTPS
 
Response Due
4/19/2004
 
Archive Date
5/4/2004
 
Point of Contact
Vanessa Dobson, Contracting Officer, Phone 407-380-4348, Fax 407-380-4164, - Debra Leuschel, Contract Specialist, Phone 407-384-3624, Fax 407-380-4164,
 
E-Mail Address
vanessa_dobson@peostri.army.mil, debra_leuschel@peostri.army.mil
 
Description
The US Army Research Development Engineering Command Simulation Technology Training Center (RDECOM-STTC), in conjunction with the U. S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI) and the Army Research Institute for Behavioral and Social Sciences (ARI), through the Naval Air Warfare Center Training Systems Division (NAVAIR-Orlando TSD) issued Broad Agency Announcement (BAA), N61339-01-R-0023 in the CBD on 1 March 2001. The purpose of this notice is a call for technical and cost proposals. The US Army Research Development Engineering Command Simulation Technology Training Center (RDECOM-STTC), 12423 Research Parkway, Orlando, FL 32826-3276 calls for technical and cost proposals to be submitted in response to this announcement that address the goals for the research effort entitled, “Stand Alone Patient Simulator”. To facilitate this effort, RDECOM-STTC is soliciting full technical and cost proposals from qualified contractors in reference to the research effort entitled, “Stand Alone Patient Simulator.” THE RESEARCH GOALS FOR STAND ALONE PATIENT SIMULATORS are the result of several discussions between RDECOM, MRMC, and the trainers at AMEDD C&S. The research goals detailed below are a compilation of the needs expressed by the user community and comprise the primary research topic for mannequin based patient simulator technology under BAA N61339-01-R-0023; Paragraph 1-K entitled “Medical Modeling and Simulation.” The goals stated below are not hard requirements and we realize that no vendor can address them all, especially in the first year. Those that can be addressed should be addressed and research should be considered on the remaining items. PRIMARY ATTRIBUTES: Stand Alone. The simulator should be free of external racks, equipment, gas bottles, or network connections. A single power connection is allowable; Power. The simulator should be capable of operating for at least 30 minutes without being plugged in. Longer run times are desirable. The simulator should minimally be powered by 110v AC with additional power options desirable. The concept of operation is for the simulator to be plugged in when power is available. However, there is a need for the simulator to be disconnected from power and transported without disrupting the applied scenario; Network. The simulator should be capable of being controlled from either a central control station or from a local laptop or PDA via wireless networking technologies. This network interface should be documented and should allow for external systems to input control data to the system. Multiple simulators should be controllable from a single point; Clinically Accurate. The simulator should react automatically and clinically accurately to changes in its physiologic condition. The capability should exist to introduce a complication without interrupting the scenario. (i.e. a spontaneous pneumothorax); There is a hard STO requirement for these simulators to cost less than $30,000 a copy. PHYSICAL ATTRIBUTES: Weight. The weight of the simulator should approximate the weight of a similar sized human. Weight distribution should also be similar to that of a human. The STO requirement is between 75% and 110% of the weight of a similar sized human. Flexibility. The simulator should bend in the same places a human bends, and it should be possible to carry it in a fireman’s carry position; Must be rugged enough to survive training in the field. MEDICAL ATTRIBUTES: Airway. The airway should be an accurate representation of the human anatomy. It should react in a clinically accurate way to improper airway management (i.e. jaw thrust and head tilt-chin lift). The airway should also allow realistic training in the use of at least, but not limited to, the following airways: Naso-Gastric tube J-tube; Combi-tube; ET Tube; Laryngeal Mask Airway; Breathing. Breathing should be realistic enough to gauge the rate and quality. Breathing sounds should at a minimum allow the trainee to hear the following sounds bilateral x4: Clear; Rales; Wheezes; Stridor; Circulation. Pulses should be tied to the patient condition and should react in a clinically accurate way to changes in heart rate, and blood pressure. The pulses should be realistic enough to gauge the rate and quality. Bleeding and Fluids. Bleeding and fluid loss should be tied to patient condition so that excessive loss causes a clinically accurate reaction. The blood should be accessible so that individual moulaged injuries can be placed anywhere on the body. Mucus and clear fluid secretions should be available from the eyes, nose, ears and mouth. Eyes. At a minimum the eyes should blink and allow for setting the pupil dilation to simulate head trauma and other conditions. Sounds. Heart sounds should be realistic and clinically relevant to the scenario being run. The simulator should mimic realistic speech and such speech is clear and understandable. Medical Procedures. At a minimum, the simulator should train the basic psychomotor skills required to perform the following procedures: Chest tube insertion; Needle decompression of a tension pneumothorax on both sides; Chrichothyroidotomy Sternal Interosseous Infusion device; IV insertion; Orthopedic Injuries. The simulator should be capable of simulating orthopedic injuries to the legs and arms. These conditions can be simulated with additional part. It is desirable to simulate the look and feel of a flail chest. Cervical Spine Immobilization. The simulator should detect if the C-Spine immobilization has failed and should simulate a clinically accurate response in the patient. Body Tremors. Tremors are a desirable feature in certain scenarios; Drug Intervention. Since most drugs on the battlefield are pre-measured, a complicated drug recognition system is not necessary. There is, however, a need to recognize the introduction of the drug with a clinically accurate response. Surrogate drug injection devices are desirable. These surrogates should simulate the look, feel and function of the actual device. At a minimum, the following drugs should be simulated: IV fluids; Morphine; Atropine; Epinephrine; HSD; 2PAM-chloride; Diazepam Hemoglobin based oxygen carrier (HBOC) s; Realism. Core research should be performed to increase the realism (look, feel, and smell) of the simulation. The following areas should be evaluated for increasing the realism. Traumatic injuries. Skin. Color change due to condition; Sweating; Chem/bio effects; Medical landmarks and underlying structure. Surgical incisions. (chest tube); The listed research goals define the minimum training requirements that need to be met at the end of the project. PROPOSAL PREPARATION: Detailed Technical and Cost Proposals are due NLT 3:00pm EST 19 Apr 2004. No extensions will be granted. No classified proposal will be accepted. Proposals submitted shall be in accordance with this notice and the more detailed information/requirements provided at http://www.peostri.army.mil/BAA/home.jsp. (See Part II of BAA N61339-01-R-0023). Proposals that do not satisfy the following form and format requirements will be rejected without review and returned to the offeror. Proposals shall consist of two volumes: Volume I – TECHNICAL AND MANAGEMENT, and Volume II - COST. Volume I shall consist of at least two sections. Volume II shall consist of at least one section. All pages shall be printed on 8-1/2 by 11 inch paper; type not smaller than 12 point. The page limitation for proposals includes all figures, tables, and charts. The maximum total length of Volume I and Volume II is thirty (30) pages. Binding by stapling the upper left corner is mandatory for Volume I and preferred for Volume II; multi-ring loose-leaf notebooks and other bulky binding techniques should not be used. An offeror shall submit an original and two (2) copies of proposals, and each proposal shall be signed and transmitted by an official who is authorized to commit the offeror. Proposals will be evaluated by a technical review board considering the following criteria listed in descending order; (1) the overall scientific and/or technical merits of the proposal including an assessment of risk. (2) The potential contributions and or transition of the effort to the Army simulation, training and instrumentation mission and the extent to which the research effort will contribute to high priority Army interests such as 91W transition training. (3) The qualifications and experience of the proposed key personnel who are critical to the achievement of the proposed objectives. (4) The offeror’s capabilities, experience, facilities, techniques or unique combination of these, which are integral factors for achieving the proposed objectives. (5) The offeror’s past performance in government Science and Technology research programs. (6) Cost reasonableness and realism. Proposals that do not meet the specified format described in this solicitation and Part II of BAA N61339-01-R-0023 will not be considered for award. Proposals submitted by fax or electronic mail will not be considered. Proposals will be reviewed to determine that the proposed effort is within the scope and interest of this solicitation. Subsequently, offerors will be notified whether or not their proposal was favorably received and deemed to best meet the program objectives. Offerors are encouraged to provide other creative and /or innovative ideas/solutions to stated objectives contained in this announcement as part of the proposed approach. Favorable review of a proposal does not constitute selection of the proposed effort for contract award and will not establish a binding commitment for the Government to fund the effort in whole or part. This announcement solicits proposals from the widest number of offerors, including qualified corporations, research centers, universities, FFRDCs, and DOE laboratories. Within the meaning of the Federal Acquisition Regulation (FAR) at 6.102 and 35.016, this announcement constitutes the Government's solicitation for this research effort. Any award(s) resulting out of this announcement may take the form of traditional FAR/DFARS type contracts, cooperative agreements and/or Other Transaction Agreements. No portion of the BAA will be set aside for Historically Black Colleges and Universities (HBCU) or minority institution (MI) participation due to the impracticality of reserving discrete or severable areas of the solicited tasks for exclusive competition among the entries. This announcement is an expression of interest only and does not commit the government to reimburse any proposal preparation cost for responding. The cost of proposal preparation in response to this announcement is not considered an allowable expense to the normal bid and proposal indirect costs as specified in FAR 31.205-18. The Government reserves the right to cancel this requirement at any time and shall not be liable for any cost of proposal preparation or submission. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may be published. ORGANIZATIONAL CONFLICT OF INTEREST: Each proposal shall contain a section addressing the following: Awards made under this announcement are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflict of Interest. All offerors and proposed subcontractors must affirmatively state whether they are supporting any MRMC or AMEDD C&S technical office(s) through an active contract or subcontract. All affirmations must state which office(s) the offeror supports and identify the prime contract number. Affirmations shall be furnished at the time of proposal submission, and the existence or potential existence of organizational conflicts of interest, as that term is defined in FAR 9.501, must be disclosed. This disclosure shall include a description of the action the offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. If the offeror believes that no such conflict exists, then it shall so state in this section. It is the policy of the Government to treat all proposals as competitive information, and to disclose the contents only for the purposes of evaluation. The Government does not intend to use non-government personnel as special resources to assist with the logistics of administering the proposal evaluation and providing selected technical assistance related to proposal evaluation. Should non-government support personnel be required, they are restricted by their contracts from disclosing proposal information for any purpose. Contractor personnel are required to sign the Organizational Conflict of Interest Non-Disclosure Agreements. By submission of its proposal, each offeror agrees that proposal information may be disclosed to those selected contractor personnel for the limited purpose stated above. Any information not intended for limited release to support contractors must be clearly marked and segregated from other submitted proposal material. NON-GOVERNMENT PERSONNEL: All proprietary material should be clearly marked and will be held in strict confidence. Restrictive notices, notwithstanding proposals, may be handled, for administrative purposes only, by a support contractor (if deemed necessary), which is bound by appropriate non-disclosure requirements. In addition, input on technical aspects of the proposals may be solicited by MRMC and AMEDD C&S from non-Government consultants and experts who are bound by appropriate non-disclosure requirements. These non-Government technical consultants will not have access to proposals that are labeled by the offerors as "GOVERNMENT ONLY.". Only Government evaluators will make selections under the research effort. PROPOSAL SUBMISSION: Proposals must be received in the mail at NAVAIR Orlando TSD Contracts Office, Attn: Ms. Vanessa T. Dobson, Procuring Contracting Officer, Code 25353, 12350 Research Parkway, Orlando, FL 32826 on or before 3:00pm EST, 19 Apr 2004. Proposals received after the closing date and time of this announcement will not be reviewed or evaluated. ADMINISTRATION: All administrative correspondence and questions regarding this announcement should be directed to the Contracting POC at the administrative addresses below; e-mail is preferred. Offerors are cautioned not to use e-mail to transmit material of a proprietary nature. Contact POC for this announcement and associated Program information is: Technical POC: Mr. Jack Norfleet, RDECOM STTC, 407-384-3897. e-mail: jack.norfleet@peostri.army.mil; Mail: RDECOM STTC, 12423 Research Parkway, Orlando, FL 32826. Contracting POC: Ms. Vanessa Dobson, NAVAIR Orlando TSD, 12350 Research Parkway, Orlando, FL 32826; (407) 380-4348; fax: (407) 380-4164; e-mail: vanessa.dobson@peostri.army.mil. or Ms. Debra Leuschel, NAVAIR Orlando TSD, 12350 Research Parkway, Orlando, FL 32826; (407) 384-3624; email: debra.leuschel@peostri.army.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N61339/N6133901R0023CTPS/listing.html)
 
Record
SN00535836-F 20040305/040303230317 (fbodaily.com)
 
Source
FedBizOpps.gov 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.