Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2020 SAM #6726
SPECIAL NOTICE

B -- Ad Hoc COVID-19 Analytics and Naval Medical Strategic Planning Process Development

Notice Date
4/27/2020 1:24:54 PM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
 
ZIP Code
21702-9203
 
Solicitation Number
N6311620ADV0001
 
Response Due
5/7/2020 2:00:00 PM
 
Archive Date
05/22/2020
 
Point of Contact
Jesse D. Nisley, Nicholas J Dankanich
 
E-Mail Address
jesse.d.nisley.civ@mail.mil, nicholas.j.dankanich.civ@mail.mil
(jesse.d.nisley.civ@mail.mil, nicholas.j.dankanich.civ@mail.mil)
 
Description
The Naval Medical Logistics Command (NMLC) intends to award a sole source contract to JDSAT, Inc. to support the Department of Defense (DoD) in adding ad hoc analytic capacity specifically pertaining to COVID-19 response planning and making forward progress in the establishment of a Naval Medical Strategic Planning Process for the Naval Health Research Center (NHRC), San Diego, MD. This effort is a new requirement in light of the ongoing COVID-19 pandemic. The anticipated period of performance of this requirement is 4.5 months, and services are anticipated to begin 15 May 2020.�� If capable sources are not identified through this notice, NMLC intends to award a sole source contract under the authority of 10 U.S.C. 2304(c)(1), (as implemented by FAR 6.302-1) to JDSAT, Inc., 1775 Tysons Blvd, McLean, VA 22102 for the performance of the described requirement. The contractor shall focus on the following primary activities: a.������������ Data collection to support Ad Hoc COVID-19 Analytics - Interface with Navy Medicine supporting staff and program managers to obtain manpower, personnel, training, readiness, and other COVID-19 related response data in the effort to identify solutions for existing, new, and/or emerging requirements.� Further, the contractor will determine shortfalls in Navy Medicines� abilities for Navy Medicine to provide solutions to operational missions.� b.������������ Data collection to support Naval Medical Strategic Planning Process Development - Identify potential data sources necessary to successfully implement a concept-informed and capabilities-based strategic planning process.� c.������������ Data analysis - Provide analytic services across all operational medical readiness capability areas, including readiness reporting; capabilities development and requirements determination; force employment, synchronization, and allocation; force resourcing and budgeting; unit/platform management; training management; risk modeling and analysis; medical manpower and personnel staffing; process improvement; innovations, research, and development; and, evaluation of information systems, tools, and technologies. d.������������ Process analysis � Document a feasible and supportable framework for a concept-informed and capabilities-based strategic planning process that enables Navy Medicine to assess and affect key decisions on future force development. e.������������ Communication - Interface with Navy Medicine stakeholders to identify and prioritize analytic use cases to focus support on achieving immediate solutions to requirements. In the performance of duties under this contract, the contractor will: �������������� Require access to unclassified NIPR and classified SIPR networks. �������������� Require access to systems such as Total Force Manpower Management System (TFMMS), the Officer Personnel Information System (OPINS), the Navy Enlisted System (NES), the Individual Augmentee (IA) Portal, Defense Medical Human Resources System internet (DMHRSi), Joint Medical Planning Tool (JMPT), the Fleet Training Management Planning System (FLTMPS), the Individual Medical Readiness (IMR), the Status of Readiness and Training System (SORTS), the Defense Manpower Data Center (DMDC), the Navy Manpower Program and Budget System (NMPBS) and potentially others as deemed necessary. A minimum of 3 years of experience is required with these data systems. �������������� Require Government Furnished Equipment, to include Common Access Cards, SIPR tokens, and government laptops. These activities ultimately will support the following two tasks: Task 1� Ad Hoc COVID-19 Crisis Response Analytics � The Contractor must possess excellent analytic, project management, and strategic assessment skills.� The Contractor shall provide ad hoc analytic capabilities and capacity to support COVID-19 and other crisis response-related analytics.� This ad hoc analytics shall include, but not limited to, the following: a. Data collection. Interface with Navy Medicine supporting staff and program managers to obtain manpower, personnel, training, readiness, and other COVID-19 related response data in the effort to identify solutions for existing, new, and/or emerging requirements.� b. Data Analysis.� Perform and participate in quick-turn and ad-hoc analyses related to COVID-19 and other appropriate crisis response-related activities. c. Model and Simulation development.� Apply a variety of modeling approaches appropriate to solve specific problems.� Modeling proficiency includes: quantitative, qualitative, linear, non-linear, inductive reasoning, deterministic, stochastic, statistical, network, discrete event, agent based, and system dynamics modeling. d. Results reporting.� Contractor must possess the ability to interact, provide advice, and coordinate with Navy senior leadership and senior management at the various Navy Medicine and OPNAV staff agencies. Contractor shall have the ability to present delicate positions and analytic results to inform guidance, policies and strategies. Task 2� Naval Medical Strategic Planning Process Plan - The Contractor shall complete a written final document that is a draft Naval Medical Strategic Planning Process Plan for government consideration. �This planning document shall be provided in both paper and electronic format and shall include, but not limited to, the following: a. Executive summary.� This section shall very briefly discuss the background of the problem, questions addressed by the proposed solution, and a summary of recommendations resulting from the study. b. Proposed mission.� This section shall include the proposed mission statement for such a process.�� c. Proposed execution with concept of operations.� This section shall include an overview of the envisioned execution of the process, to include the envisioned concept of operations. d. Proposed governance.� This section shall include a discussion of governance considerations necessary to ensure a successful process. e. Proposed tasks for key participants and stakeholders. This section shall include a discussion of proposed tasks for key participants and stakeholders. f. Proposed coordinating instructions. This section shall include a discussion of coordinating instructions. g. Administrative and logistical considerations.� This section shall include a discussion of administrative and logistical considerations. A Data Sharing Agreement may be required during contract performance. Performance of this contract requires authorized access to classified information up to and including the SECRET level and will have a DD254 at time of award. Personnel accessing data for this requirement will be required to have a secret clearance. Deliverables shall include a Program Management Plan, In-Progress Reviews, Monthly Status Reports, and a Final Report and briefing to include an Executive Summary. This notice 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, as well as 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 (8.5 x 11 inch) page 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 the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract. Capability statements are due by 5:00PM Eastern Time, 07 May 2020. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: jesse.d.nisley.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f89dd351588f4f06b6c07ceeef8a360b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05636472-F 20200429/200427230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.