Skip to main content

An official website of the United States government

You have 2 new alerts

Digital Twin Research

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Sep 28, 2023 12:13 pm EDT
  • Original Published Date: Sep 28, 2023 10:39 am EDT
  • Updated Response Date: Oct 05, 2023 02:00 pm EDT
  • Original Response Date: Oct 07, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Oct 20, 2023
  • Original Inactive Date: Oct 22, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: AJ11 - GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; BASIC RESEARCH
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Frederick , MD 21702
    USA

Description

Request for Information (RFI)

The U.S Army Medical Research Acquisition Activity (USAMRAA) in support of The Telemedicine and Advanced Technology Research Center (TATRC), is seeking information in the form of capabilities statements.  All capable and qualified sources are encouraged to respond to this request.

In an attempt to promote full and open competition and seek competitive quotes, USAMRAA is issuing a Request for Information (RFI) to seek businesses under the North American Industry Classification System (NAICS) Code – 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology).

System for Award Management (SAM) registration is mandatory (www.sam.gov).  It is anticipated the type of contract will be a Cost plus Fixed Fee Contract.

This is NOT a Request for Proposal (RFP).  It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services.  The information requested by this RFI, will be used within USAMRAA / TATRC to facilitate decision making and will not be disclosed outside of USAMRAA / TATRC.  Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government.

This RFI is for fact finding and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential small business sources in support of the Government’s requirements in accordance with the attached DRAFT Statement of Objectives SOO).  The Draft SOO is subject to change prior to a formal solicitation release.  The Government reserves the right to decide whether or not a small business set-aside is appropriate based on responses to this notice.  Contractors are encouraged to inform the Government of any barriers that would prohibit them from competing.  Contact with Government personnel, other than those specified in the RFI, by potential offerors or their employee’s regarding this requirement is not permitted. 

Responses

Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Should your firm desire to submit a capability statement, it should demonstrate the Offeror's experience and expertise to provide the services identified in the draft SOO within the time frame required.

Parties may begin submitting responses to this request for information immediately. If the information provided contains propriety information, such information must be clearly identified with appropriate disclaimers. 

Capability Statements should adhere to the following formatting and outline instructions:

1. All submissions shall be made electronically and be in one of the following formats: Microsoft Word or Adobe PDF.

2. Cover Page (1 page)

  • Title
  • Organization
  • Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses)
  • Topic area(s) addressed

3.   Please note that the response shall provide sufficient technical data to determine how a contractor can fully meet the Statement of Objective.  

4. Vendors are encouraged to submit the following highly desirable information in response to this RFI:   

a.      The Capability Statement should include general information and technical background describing your firm's experience within the last three to five years specifically with contracts similar in scope, complexity, and size to meet the program objectives in accordance with the Draft SOO.

b.      If the Capabilities Statement includes a discussion on Federal Government relevant performance-based experience, provide the applicable contract and task order number, final contract price, and project location with a brief description of the project.

c.      Knowledge and Experience with developing Artificial Intelligence (AI) Methods in Computational Models: software development, integration and analysis of physiological modeling and response data, and developing and implementing thermoregulatory response models.

If your firm is capable of providing the requirements described in the DRAFT Statement of Objective (SOO), please provide a Capability Statement to Ms. Jennifer Sikes at Jennifer.m.sikes2.civ@health.mil.  A vendor responding to this RFI with generic material only, such as brochures, advertisements, or other generic material, is highly discouraged. No questions will be entertained at this time.

At a minimum, the following information is requested: (1) Capability Statement, (2) Company Cage Code, DUNS, SAM registered, name, address, point of contact and their telephone number and e-mail address; (3) Any small business status (8(a), HUB Zone, Service Disabled Veteran Owned Small Business (SDVOSB), women-owned, etc.); (4) Indicate which NAICS code(s) your company usually performs under for Government contracts.

Please note that responses / Capability Statements are due no later than 5 October 2023 at 2:00 PM ET.  The point of contact for this action is Jennifer Sikes, Contract Specialist.  All responses/submissions shall be submitted via e-mail to Jennifer.m.sikes2.civ@health.mil.  The subject line of the e-mail should read as follows: “RFI:  BHSAI PRECISION NUTRITION FOR IMPROVING PERFORMANCE IN SPECIAL OPERATIONS FORCES Support for TATRC.”  No evaluation letters and/or results will be issued to the respondents.  At this time no solicitation exists; therefore, please do not request a copy of the solicitation.  NO PHONE CALLS PLEASE.  It is the responsibility of any potential offeror to monitor this site for the release of any solicitation or synopsis.

Maximum participation by small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small, disadvantaged business, and women-owned small business concerns is encouraged.

THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.

Contact Information

Contracting Office Address

  • 808 SCHREIDER ST
  • FORT DETRICK , MD 21702
  • USA

Primary Point of Contact

Secondary Point of Contact





History