Research Support Services - Aerospace Medical and Environmental Health

SOL #: N6264519R0006Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL MEDICAL LOGISTICS COMMAND
FORT DETRICK, MD, 21702-9203, United States

Place of Performance

Place of performance not available

NAICS

Research and Development in the Physical (541715)

PSC

Research And Development (A)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 7, 2018
2
Last Updated
Jan 2, 2019
3
Response Deadline
Dec 21, 2018, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

The Naval Medical Logistics Command (NMLC) on behalf of the Naval Medical Research Unit Dayton (NAMRU-D) has a requirement for a Single Award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract (CPFF Task Orders) for Aerospace Medical and Environmental Health research support services. The Objective of NAMRU-D is to further understand the human cognitive and physiological factors associated with military operations in the aviation, underwater, and special warfare environments especially as they relate to motion sickness (e.g., sea-sickness, air-sickness, simulator-sickness and space-sickness), aeromedical standards, hypoxia, fatigue assessment, aviation safety, and neurocognitive/neurophysiological effects.

The Government envisions a single award ID/IQ contract, in which Task Orders will be issued for specific services. 

The services required are non-personal in nature and will be performance based. The contract is will consist of a continuous 60 month ordering period. The guaranteed minimum is anticipated to be $25,000.00. 

This is not a new requirement. The incumbent contractor is the Henry M. Jackson Foundation and the legacy contract number is N2645-16-C-4005.

If for any reason there are no successful proposals, the Government reserves the right to re-open the solicitation.

This requirement is a full and open competition with no set- asides. 

The requirement is being solicited IAW FAR Part 15.  

A solicitation will be posted on or about 14 January 2019 to FBO.gov. Solicitations are to be downloaded from FBO.gov and no solicitations will be mailed. All proposals shall be submitted per the instructions in the solicitation.

Please email any questions to deborah.l.hagan.civ@mail.mil and thomas.l.hood26.civ@mail.mil. No phone calls or faxes will be accepted. The Government reserves the right to change any of this information.

 

People

Points of Contact

Deborah L. HaganContract SpecialistPRIMARY
Thomas L. HoodContracting OfficerSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Pre-Solicitation
Posted: Jan 2, 2019
View
Version 1Viewing
Pre-Solicitation
Posted: Dec 7, 2018
Research Support Services - Aerospace Medical and Environmental Health | GovScope