Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
SPECIAL NOTICE

99 -- Notice of Intent to Sole Source Source - Cerebral Hemydynamic Studies of Hypoxia and Fatigue

Notice Date
9/10/2018
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N6264518RC00068
 
Archive Date
10/10/2018
 
Point of Contact
Sarah E. Ream, Phone: 301-619-0727
 
E-Mail Address
sarah.e.ream.civ@mail.mil
(sarah.e.ream.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Sole Source The Naval Medical Logistics Command (NMLC) intends to award a sole source contract under the authority of FAR 6.302-1 (One source) to Wright State University for Cerebral Hemodynamic Studies of Hypoxia and Fatigue. The Government's requirement is for research support from a capable institution with a large trajectory of research in Cerebral Hemodynamic Studies, mainly in regarding the physiological reaction to reduced oxygen and fatigue, and the cerebral metabolic rate of oxygen associated with task performance for a collaborative research effort to execute in the greater-Dayton Ohio area the studies entitled: "Cerebral Hemodynamic Studies of Hypoxia and Fatigue" In addition, regional dynamics of activation will be observed to clarify the effect of hypoxia and fatigue on brain structures involved in the performance of cognitive and perceptual tasks. This will be a combined research effort between Naval Medical Research Unit Dayton (NAMRU-D) and the contract awardee. Requirements of the research project include per subject high resolution anatomical scans and combination functional magnetic resonance imaging (fMRI) /arterial spin labeling scans using GRE-EPI image acquisition. Subsequent data interpretation, processing, and analysis are also required. The services to be acquired, through a collaborative effort with the contractor include manpower, knowledge, and expertise to complete fMRI data acquisition, analysis, and post processing. Additionally, fatigue manipulation of subjects will be completed onsite at the contractor's facility by trained staff and overseen by subject matter experts. Due to this collaborative nature, a requirement of this work is that the imaging and research facilities be no more than 50 miles. The data collection must be completed by the end of FY'19 in order to minimize risk of performance slips and maintain compliance with appropriation of funds and expectations of the sponsor. The period of performance is expected to be 24 months from the date of contract award. If capable sources are not identified through this notice, then NMLC intends to award a sole source contract under the authority of FAR 6.302-1 (one source) to Wright State University (WSU) in Dayton Ohio, for the performance of the described requirement. WSU is currently the only source able to meet our research needs for the Dayton Ohio region. WSU has a large trajectory of research in Cerebral Hemodynamic Studies and maintains the required imaging and research facilities within a 50 mile radius required in order to facilitate collaboration research with the Department of Navy in Dayton Ohio. This institution is the only one with the required local approvals in place, the appropriate financial, human and technical resources, experience and organizational controls needed to accomplish the collaborative study and efforts. If capable sources are not identified through this notice, NMLC intends to award a sole source contract under the authority of FAR 6.302-1 to Wright State University, Dayton, OH. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed one (1) page (8.5 x 11 inch) using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for determining whether to conduct a competitive procurement or to proceed with a sole source contract. Capability statements are due by 12:00 pm Eastern Time, 25 September 2018. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: sarah.e.ream.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264518RC00068/listing.html)
 
Record
SN05080683-W 20180912/180910231107-f94118e9e200421a1eda6274cd65a6dc (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.