SOURCES SOUGHT
66 -- Warrior Injury Assessment Manikin (WIAMan)
- Notice Date
- 1/29/2018
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- WIAMan-FY18
- Archive Date
- 3/7/2018
- Point of Contact
- Najiyyah A. Mahdi, Phone: 4072083374
- E-Mail Address
-
najiyyah.a.mahdi.civ@mail.mil
(najiyyah.a.mahdi.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Program Executive Office for Simulation Training and Instrumentation (PEO STRI) Joint Program Manager for Medical Modeling and Simulation (JPM MMS) Product Manager, Medical Simulation (PdM MedSim) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest and industry technologies available to manufacture a build to print Warrior Injury Assessment Manikin (WIAMan) Anthropomorphic Test Device (ATD). The WIAMan system will provide the Department of Defense (DoD) with a scientifically valid capability to assess the probability that a Soldier will sustain a skeletal injury when seated in a vehicle that experiences an under-body blast (UBB) attack. The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The DoD had a Science and Technology (S&T) effort to develop injury-assessment methodology, test hardware, and associated systems that were representative of the current U.S. Soldier in both anthropometry and dynamic behavior. The ATDs would be used to assess the probability of injury during an UBB event within known and projected DoD UBB Research, Development, Test, and Evaluation (RDT&E) programs. This injury assessment system was characterized by biomechanically-based injury assessment methodology and understanding of human response to an UBB event that formed the basis of hardware test asset and instrumentation verified and validated as appropriate for the UBB environment. The system will be comprised of an ATD with integrated sensors and Instrumentation and Data Acquisition System (IDAS) (Data Acquisition System (DAS) units, batteries, sensors, internal cables, DAS software, and software Application Program Interfaces (APIs)) biofidelity and injury criteria. REQUIRED CAPABILITIES The Government requires an initial procurement for 10 build to print WIAMan ATDs within the first six months of the contract and the capacity to provide additional ATDs in increments of 5 to 10 over a four year period. Qualification. The WIAMan ATDs must be qualified and demonstrate compliance with the performance specification, material specification, and tolerances provided within the Technical Data Package (TDP). The TDP will be provided with the solicitation as Government Furnished Information (GFI). Please provide specific experience regarding the development and manufacturing of test devices for evaluating UBB, and/or automotive crash events, as well as, knowledge base within the development of biofidelic ATDs. If the experience is in manufacturing, please provide the precision level of the manufacturing and a broad description of the methodology. Responses should include: •1) Provide past and present (within the last 5 years) relevant experience on similar contracts, indicating if it was in the U.S.A. or in a foreign country (include dollar value, complexity and point of contact), and a detailed description of capabilities to perform the effort. •2) Are you capable of manufacturing the first 10 ATDs within 6 months? Provide a brief description on your process to include teaming partner's participation, if required. •3) How would you maintain low quantity (5-10 ATDs/year) production over 5 years? •4) Provide your specific experience or the experience of a potential team member regarding the development and manufacturing of test devices for evaluating UBB/automotive crashes. •5) Provide your specific experience or the experience of a potential team member in high-precision manufacturing of biofidelic test equipment. •6) Provide the precision level of the manufacturing capability and a broad description of the methodology. •7) P rovide your specific understanding or the understanding of a potential team member in durable automotive/vehicular test equipment that requires a biofidelic response. •8) Provide your organization name, address, primary points of contact (POCs) and their email address, Web site address, telephone number, and type of ownership for the organization; and 2) Tailor capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 3) Statement regarding current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 334515 with an applicable size standard of 750 employees. ELIGIBILITY The applicable NAICS code for this requirement is 334515 with a Small Business Size Standard of 750 employees. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 12 point) demonstrating ability to provide the products/systems listed in this Technical Description. No phone or email solicitations with regards to the status of the future solicitation will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Najiyyah Mahdi, in either Microsoft Word or Portable Document Format (PDF), via email najiyyah.a.mahdi.civ@mail.mil no later than 3:00 p.m. local time Orlando, Florida on 20 February 2018 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/36b67f2eec684cf02edc1d59242d3d68)
- Place of Performance
- Address: ACC-Orlando (W900KK), Orlando, Florida, 32826, United States
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN04803152-W 20180131/180129231418-36b67f2eec684cf02edc1d59242d3d68 (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 |