Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2023 SAM #7883
SOURCES SOUGHT

A -- Request for Information/Sources Sought Notice Execution of Multiple Interrelated Observational and Epidemiological Protocols (W81XWH-22-C-0155 Modification)

Notice Date
6/26/2023 1:09:01 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-22-C-0155
 
Response Due
7/6/2023 12:30:00 PM
 
Archive Date
07/21/2023
 
Point of Contact
Brandon Roebuck, Thomas L. Hood
 
E-Mail Address
brandon.m.roebuck.civ@health.mil, thomas.l.hood26.civ@health.mil
(brandon.m.roebuck.civ@health.mil, thomas.l.hood26.civ@health.mil)
 
Description
This Request for Information/Sources Sought Notice (SSN) is for market research, information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the United States Army Medical Research Acquisition Activity (USAMRAA) or Uniformed Services University of the Health Science Infectious Disease Clinical Research Program (USUHS IDCRP). This RFI/SSN is being issued by USAMRAA on behalf of USUHS IDCRP, and is seeking sources to continue providing the knowledge, capabilities, experience and staff to provide the simultaneous execution of multiple interrelated non-severable observational and epidemiological research protocols. The simultaneous execution of multiple interrelated observational and epidemiological protocols include, but are not limited to, addressing issues integral to informing new and emerging clinical practice guidelines and clinical recommendations as well as modifying or updating existing standards for several different disease therapies, resolving high priority gaps for military operational infectious diseases and providing solutions to the DoD requirements-driven research management process and leveraging results of protocols to rapidly implement clinical studies. If capable sources are not identified through this notice, then USAMRAA intends to execute a level of effort and period of performance extension modification (W81XWH-22-C-0155) on a sole source basis under the authority of FAR 6.302-1 to The Henry M. Jackson Foundation for the Advancement of Military Medicine Inc., 6720-A Rockledge Drive, Suite 100 Bethesda, MD 20817-1891. The extension will allow for the continuation of ongoing research and currently established protocol populations to prevent losses in existing enrolled subjects in follow-up phases of respective studies which would significantly impair the ability of future phases of research to be conducted successfully within the USUHS IDCRP. The contractor is required to be named on the IRB protocol in order to support the existing protocols. The North American Industry Classification System (NAICS) for this requirement is 541715 with a Size Standard of 1000 and the Product Service Code�(PSC) is AN11. Capability Statement Requirements: Your company�s program management plan and control policies that adhere to standard industry practices. Must demonstrate the ability to accurately track projects and ensure timely completion of projects. Must include a recruitment and retention strategy to confirm their capability to provide varying levels of support for the tasks listed below. 1. Demonstrated working knowledge and experience with the following tasks in order to meet the USUHS mission: The prime contractor will be required to partner with the following current collaborators associated with the ongoing clinical trial and present an overarching management plan for coordination and execution of both extramural and intramural activities: Government Management: USUHS Government stakeholders: NIAID DoD Clinical Sites: (USU campus; Brooke Army Medical Center; Walter Reed National Military Medical Center; Naval Medical Center San Diego; Madigan Army Medical Center; Womack Army Medical Center; Naval Medical Center Portsmouth; Carl R. Darnall Army Medical Center; William Beaumont Army Medical Center; Tripler Army Medical Center; US Naval Academy Annapolis. Academic Institutions The ability to support all tasks for the study Aims included in Attachment 1, Protocols and Objectives This RFI/SSN 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 ten (8.5 x 11 inch) pages using a font size no smaller than 10-point. Submissions that request documentation, request additional information or that solely ask questions will be determined to not be an affirmative response. Responses determined to be not an affirmative response are not valid and will not be evaluated further. Submitted responses will be reviewed initially by the Contracting Officer to ensure that they are an affirmative response. �All submissions received by the date and time provided in this notice (and determined to be responsive) will be considered by the Government. Capability statements are due by 3:30 PM Eastern Time, 06 July 2023. Capability statements shall be submitted by e-mail ONLY, as a Microsoft Word or Adobe PDF attachment to the following address: brandon.m.roebuck.civ@health.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/96f2f39456d7401197854561bccb0e0b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06728384-F 20230628/230626230110 (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.