Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2025 SAM #8594
SOURCES SOUGHT

R -- RFI - Phase 1: Enhance Understanding of the Health Effects from Current and Emerging Weapon Systems � Characterize Risk, Type and Severity of Trauma to Inform Treatment Capabilities for the Future Operational Environment

Notice Date
6/5/2025 4:02:33 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
PANDHA-25-P-0000-015708
 
Response Due
6/20/2025 7:00:00 AM
 
Archive Date
06/21/2025
 
Point of Contact
Elizabeth O'Hara
 
E-Mail Address
elizabeth.m.ohara3.civ@health.mil
(elizabeth.m.ohara3.civ@health.mil)
 
Description
Request for Information: Phase 1: Enhance Understanding of the Health Effects from Current and Emerging Weapon Systems � Characterize Risk, Type and Severity of Trauma to Inform Treatment Capabilities for the Future Operational Environment This RFI/SS does not constitute a solicitation, nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI/SS will be solely at the interested vendor's expense. Not responding to this RFI/SS does not preclude participation in any future Request for Proposal (RFP), if any is issued. The Government has not made a commitment to procure any of the services described below. This RFI/SS is issued solely for information and planning purposes to gauge interest and capabilities for the upcoming requirement for the U.S. Army Medical Research and Development Command (USAMRDC) - US Army Medical Research and Development Command (USAMRDC). Joint Trauma Analysis and Prevention of Injury in Combat (JTAPIC) requires a Gap Analysis report to support research Science and Technology (S&T) prioritization for operational medicine, to include Force Health Protection (FHP) from blast and blunt trauma, tactical combat casualty care and medical simulation and training. Contractor personnel accessing the controlled database systems require a secret clearance. Specific tasks are detailed in the attached draft Statement of Objectives (SOO). The overall objectives are described below: 1) Provide a Gap Analysis report to characterize risk and provide type and severity of trauma to inform treatment capability development for the future operational environment. This should include: a. Collecting data from controlled database systems to integrate compartmentalized information resulting in an integrated and complete product for senior leader and staff use. b. Consolidating lessons learned from the FY23 NDAA Section 736 Ukraine Partnership Program and the NATO Military Medicine Center of Excellence Lesson Learned Branch to better understand types of lethal threats, severity of trauma experienced, and how limited evacuation and resupply resources can affect survivability. c. Developing accurate injury and survivability criteria that can inform FHP criteria and injury severity risk; inform treatment options for future conflict scenarios; and optimize Warfighter readiness for future combat scenarios against near peer adversaries. d. Collaborating with the Defense Heath Agency Traumatic Brain Injury program personnel to gather information to expand and accelerate existing Behind Armor Blunt Trauma, Behind Helmet Blunt Trauma, Whole Body Blast Injury Criteria. This will be a collaboration and integration effort across multiple DoD organizations and the Services. How to Respond: Please submit a Capability Statement that describes relevant experience, expertise, and capabilities based upon the size and scope of this requirement as outlined in the draft SOO. Each response should include the following business information and must not be more than ten (10) pages in length: a) Company name, mailing address, e-mail address, telephone, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. c) Unique Entity ID number, CAGE Code, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in System for Award Management (SAM, at www.sam.gov) to be considered as potential sources. d) Any and all Government IDIQ Contracts (e.g. Federal Supply Schedule, OASIS, etc.) you currently hold (to include the vehicle and your contract number) that could be used to fulfill this requirement. e) Describe your organization�s customer base and years of experience in providing FHP Gap Analysis, or similar/related services. f) Describe your organization's specific and relevant experience and expertise to fulfill this requirement. Experience must be of similar size and scope. Please provide examples or provide references of previously completed deliverables related to this requirement. g) Provide Information relating to capabilities, novel ideas, industry best practices, industry capabilities to meet the needs of the Government�s requirement as outlined in the draft SOO. Do not regurgitate the draft SOO tasks, rather, outline company specific capabilities that match the work outlined in the draft SOO in order for the Government to make a fair capabilities determination. h) Confirm that your organization has the ability to provide personnel with SECRET clearances. Capability statements will be reviewed for (1) Relevant experience based on the size and scope of the outlined requirement; (2) Company specific capabilities that match the work outlined in the draft SOO. The formal closing date for this RFI/SS and for the submission of all responses is NLT 20 June 2025 at 10:00 AM ET. All responses shall be submitted electronically using PDF or MS Word formats to the POC, Ms. Elizabeth O�Hara at elizabeth.m.ohara3.civ@health.mil. The Government will not entertain questions regarding this RFI/SS. All responses received will be considered; however, a determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Attachment: Draft SOO
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a93622ce6d4f4cb19269ccaf32e8462e/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN07468217-F 20250607/250605230056 (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.