Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

A -- Biomedical Research Topic

Notice Date
8/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
F2VUG0-MedTech-BAA08102010
 
Archive Date
6/15/2011
 
Point of Contact
Geneva Emiliani, Phone: 813-826-6959, Roxanne A. Gerry, Phone: 813-826-5177
 
E-Mail Address
geneva.emiliani@socom.mil, gerryr@socom.mil
(geneva.emiliani@socom.mil, gerryr@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Base Notice: Biomedical Research Topic - F2VUG0-MedTech-BAA08102010 Presolicitation /Solicitation 1. The US Special Operations Command (USSOCOM) is soliciting pre-proposals focused on applied biomedical research topics that may be of interest to Special Operations Forces (SOF)-relevant aspects of medical care, particularly related to: damage control resuscitation, casualty data management, environment-specific medicine, canine medicine, and force protection. This notice constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102(d)(2). 2. Areas of Interest: The following general aspects/topic areas of basic and applied biomedical research are of interest: 2.1 Damage Control Resuscitation 2.1.1 Hemorrhage control [non-compressible, coagulopathy, extremity]. 2.1.2 Hypothermia [prevention and mitigation, treatment and reversal]. 2.1.3 Fluid Replacement [global strategy-hypotensive resuscitation, optimal fluid(s)-uncomplicated shock and traumatic brain injury]. 2.1.4 Field Diagnostics [depth and quality of shock, intracranial pressure, blood-fielded far forward, type and cross match, pathogen screen]. 2.1.5 Analgesia [optimal agent(s)-point of injury, prolonged field care, optimal delivery methods-point of injury, prolonged field care]. 2.2 Casualty Data Management 2.2.1 Wounding pattern database [3D mapping]. 2.2.2 Point of injury care record. 2.2.3 Preventable Death Analysis. 2.3 Environment-Specific Medicine 2.3.1 Optimal acclimatization strategy. 2.3.2 High Altitude Pulmonary Edema/High Altitude Cerebral Edema [pharmaceutical interventions, alternative treatments]. 2.3.3 Chemical, Biological, Radiological, Nuclear, and High Yield Explosives [rapid diagnostics]. 2.4 Canine Medicine 2.4.1 Altitude [optimal acclimatization strategy, High Altitude Pulmonary Edema/High Altitude Cerebral Edema-positive diagnostic test, pharmaceutical interventions, alternative treatments]. 2.4.2 Olfaction. 2.4.3 Optimal nutrition. 2.4.4 Optimal anesthesia protocol [field, routine]. 2.4.5 Optimal trauma resuscitation strategy 2.4.6 Visual spectrum 2.4.7 Post trauma training / behavioral issues 2.5 Force Protection 2.5.1 Personal protective equipment [armor effectiveness, helmet effectiveness]. 2.5.2 Preventative medicine [rapid field diagnostics, universal anti-venin]. 2.5.3 Repetitive low-impulse blast exposure. 3. Intent: It is not the intent of this solicitation to fund the FDA approval of devices or drugs, although cooperative research and development that promotes or accelerates FDA approval of such items if they were of high value to SOF would be considered. Furthermore, it is not the intent of this solicitation to establish new facilities. Institutions having demonstrated research capability and the necessary facilities are invited to submit a project pre-proposal not exceeding three pages of text that describes: 3.1 The research objective. 3.2 The research approach. 3.3 Related work by the investigator or proposer. 3.4 Anticipated contributions to the USSOCOM program. 3.5 An estimate of overall costs (including indirect) for up to a three year effort. 3.6 A curriculum vitae of the principal investigator(s) should be appended together with any supporting information, such as reprints, that will assist in the evaluation of the pre-proposal. 4. Evaluation Criteria: Pre-proposals, and any follow-up full proposal submission, will be evaluated on the following criteria: 4.1 Scientific and technical merits of the research. 4.2 Qualifications and experience of the principal investigator(s), and availability of facilities to support the research. 4.3 Relevance of the proposed research to USSOCOM program priorities. 4.4 Realism of proposed costs, and availability of funds. 5. Contract Awards: Based upon the evaluation criteria identified in paragraph 4, USSOCOM may award single or multiple contracts in accordance with technical priority and funding availability. 6. Pre-proposal Submissions: There will be no other requests for proposals or other formal solicitations regarding this announcement. Formal full proposals for competitive review will be requested based on those pre-proposal submissions judged most likely to meet program objectives. All requests for full proposals will be made by a warranted Contracting Officer. Proposal deadline and format instruction will be provided at that time. This solicitation is open to pre-proposals beginning 18 August 2010. Pre-proposals may be submitted from the date of posting until 31 May 2011 unless this announcement is modfied. Pre-proposals will be reviewed on a quarterly basis. 7. Contracting Authority: Offerors and interested parties may hold discussions with Government personnel regarding the contents of this announcement or the contents of documents submitted in response to this announcement. Only warranted Contracting Officers have authority to enter into contracts to the extent of the authority delegated to them. Offerors and interested parties are cautioned that an agreement by any Government representative other than a Contracting Officer is not legally binding. 8. Proprietary Data: The government desires unlimited data rights to all information and products generated under contracts that result from this BAA. When an offeror must include proprietary data in order to fully communicate their concept, the offeror must clearly mark and identify any proprietary data that the offeror intends to be used only by the Government for evaluation purposes. The offeror must also identify any technical data contained in the white paper that it is furnishing to the Government with restrictions on use, release, or disclosure. In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the white paper. Records or data bearing one of the DFARS-approved restrictive legends may be included in the white paper. It is the intent of the Government to treat all white papers as privileged information and to disclose their contents only for the purpose of evaluation. The offerors are cautioned, however, that portions of the white papers may be subject to release under terms of the Freedom of Information Act, 5 U.S.C. 552, as amended. 9. Use on 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 by a support contractor that is bound by appropriate non-disclosure requirements. Input on technical aspects of the proposals may be solicited by USSOCOM from non-Government consultants and advisors who are bound by appropriate non-disclosure requirements. Non-Government personnel will not establish final assessments of risk, rate, or rank offerors' proposals. These advisors are expressly prohibited from competing for BAA awards. All administrative support contractors, consultants and advisors having access to any proprietary data will certify that they will not disclose any information pertaining to this announcement, including any submission, the identity of any submitters, or any other information relative to this BAA, and shall certify that they have no financial interest in any submission evaluated. Submissions and information received in response to this BAA constitutes the offeror's permission to disclose that information to administrative support contractors and non-government consultants and advisors. 10. Organizational Conflicts of Interest: Awards made under this BAA are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflicts of Interest. All offerors and proposed subcontractors must affirmatively state whether they are supporting any government 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 the offeror shall so state in the affirmation. 11. Submission Address: Pre-proposals should be sent to: US Special Operations Command ATTN: SORDAC-ST (Howard Strahan-Program Manager Special Operations Applied Research Program) 7701 Tampa Point Boulevard MacDill AFB, FL 33621-5323 Or via e-mail at howard.strahan@socom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/F2VUG0-MedTech-BAA08102010/listing.html)
 
Place of Performance
Address: Contracting Office Address:, 7701 Tampa Point Blvd, MacDill AFB, Florida 33621-5323, MacDill, AFB, Florida, 33621-5323, United States
Zip Code: 33621-5323
 
Record
SN02243353-W 20100819/100817235305-987575a3f6e5bff2f46b1bfdd97d39cd (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.