Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
MODIFICATION

A -- Point of Injury Device to Measure and Monitor Physiological Parameters Relevant to Moderate and Severe Traumatic Brain Injury (POI TBI)

Notice Date
6/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH17R0040
 
Archive Date
5/2/2017
 
Point of Contact
Toloria S. DuVall, Phone: 3016192836
 
E-Mail Address
toloria.s.duvall.civ@mail.mil
(toloria.s.duvall.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
12 JUN 2017, UPDATE TO PRE-SOLICITATION NOTICE: The purpose of this amendment to the pre-solicitation notice is to provide the vendor community with updated projections regarding solicitation release, proposal submission, and award. The United States Army Medical Research Acquisition Activity (USAMRAA), in support of the U.S. Army Medical Materiel Agency (USAMMA), intends to solicit for research and development (R&D) services to develop and deliver prototype devices that are capable of providing physiological data to aid first responders (i.e. field medics) in making triage and treatment decisions for Traumatic Brain Injury (TBI) patients. The US Army Medical Research and Materiel Command (USAMRMC) Joint Program Committee 6 (JPC-6) and USAMMA develop novel strategies to measure and monitor brain physiological parameters in moderate and severe TBI casualties in the far forward environment and in Prolonged Field Care scenarios. The accurate and rapid triage and treatment of life-threatening neurotrauma is an essential first step for the appropriate care of injured Service Members (SMs) by first responders. Combat Related Traumatic Brain Injury (CRTBI) is a significant and common injury of military conflict. CRTBI is often concomitant with a multiple casualty scenario, further complicating triage and treatment decisions. Rapid measurement of TBI-related physiological parameters in multiple casualties, particularly moderate and severe closed head injuries, is essential to reducing morbidity and mortality in this critically injured population. The ability to measure, monitor, record, and transmit critical physiological parameters in the minutes to hours following injury is vital to improve neurotrauma casualty care and to create a system of seamless care from point of injury (POI) to higher echelons of care, including during transportation. The Government's goal is to ultimately fulfill a USAMRMC requirement for a US Food and Drug Administration (FDA)-market authorization to be used at the POI to aid first responders in making triage and initial treatment decisions for non-penetrating moderate and severe TBI. The Government realizes that our stated goal may not be obtainable within the period of performance of the initial contract. This is a pre-solicitation notice that a solicitation has been scheduled to be released via FedBizOpps (www.fbo.gov) to the vendor community and will close 30 days after the issuance date. Specifications of the requirement will be provided in solicitation W81XWH-17-R-0040. Anticipated Solicitation Release Date - 10 July 2017 Anticipated Question Submission Date - 17 July 2017 Anticipated Proposal Submission Date - 10 August 2017 Anticipated Award Date - 15 September 2017 The Government anticipates that the solicitation will result in the award of up to five (5) firm-fixed-price (FFP) contracts, each with an 18-month base period of performance. The Government intends to award the initial contract(s) to deliver prototype devices that are capable of meeting the Government's objectives. The Government's objectives will be outlined in the solicitation. The North American Industry Classification System (NAICS) code for this procurement is 541712 (Research and Development in the Physical, Engineering, and Life Sciences [except Biotechnology]) and the size standard is 1,000 employees. This is an unrestricted procurement. Award shall be made on a competitive basis, using the best value tradeoff process among price and non-price factors described at FAR 15.101-1. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Those interested in obtaining the solicitation (once posted) can access it at the Federal Business Opportunities (FedBizOpps) website at www.fbo.gov and search for solicitation W81XWH-17-R-0040. Offerors wishing to submit an offer are responsible for downloading their own copy of the request for proposal (RFP) and for frequently monitoring the site for any amendments. Requests made by phone will not be accepted. No solicitations will be provided by hard copy, fax, or e-mail. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of proposals specified on the solicitation may render vendor offer non-responsive and result in rejection of the same. The Government is not responsible for any loss of internet connectivity or for an Offeror's inability to access the documents posted at the referenced website. To be eligible for an award or payment from any DoD activity, Offerors must provide registration information to the System for Award Management (SAM). All Offerors must be registered prior to receiving an award. The Offeror's SAM record must include the NAICS that has been selected for this procurement. Registration instructions may be obtained, and online registration may be accomplished at www.sam.gov. This includes the online representations and certifications located within SAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH17R0040/listing.html)
 
Record
SN04541833-W 20170614/170612235519-a4645d0f2fd214b142c7acd07265d30f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.