JURY and Blast Overpressure–Health Hazard Assessment (BOP-HHA) Software Risk Assessment Methodology Training and Consultative Services in support of the U.S. Ar...

expired opportunity(Expired)
From: Federal Government(Federal)
PANMRA-20-0000-004722

Basic Details

started - 10 Jun, 2020 (about 3 years ago)

Start Date

10 Jun, 2020 (about 3 years ago)
due - 25 Jun, 2020 (about 3 years ago)

Due Date

25 Jun, 2020 (about 3 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
PANMRA-20-0000-004722

Identifier

PANMRA-20-0000-004722
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709038)DEPT OF THE ARMY (133115)MEDCOM (5553)USAMRAA (1033)W4PZ USA MED RSCH ACQUIS ACT (1009)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a notice of intent to issue an award on the basis of other than full and open competition in accordance with the Federal Acquisition Regulation (FAR) 6.302-1 only one responsible source and no other supplies of services will satisfy agency requirements. The US Army Medical Research Acquisition Activity (USAMRAA) The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to issue a single source award to L3 Applied Technologies, Inc., 10180 Barnes Canyon Road, Suite 100, San Diego, CA 92121. The total award amount is estimated to be $52,000.00.  The requirement is to provide the personnel, supplies, and facilities, necessary to conduct risk assessment methodology training on the BOP-HHA software and the INJURY model as defined in this Performance Work Statement (PWS).OBJECTIVES/TASKS:  Objective 1 – The Contractor shall develop a plan regarding how they will execute the required training on the BOP-HHA software and INJURY model.Objective 2– The Contractor shall
provide risk assessment methodology training on the BOP-HHA software and the INJURY model. The training shall occur at the Contractor’s facility and include 120 hours of training for one (1) APHC Government Subject Matter Expert (SME) and 40 hours of concurrent training for two (2) Government employees. All training information must be documented in a manual and provided to each APHC attendee.Objective 3 – The Contractor shall provide consultative services necessary for  software upgrades, assessment questions, and other related requests during the performance period (Deliverable 4).Specific Tasks / Requirements  The Contractor shall provide a training plan outlining how the required risk assessment methodology training on the BOP-HHA software and the INJURY model will be carried out. The Contractor shall provide an in-depth review of the components of the risk assessment methodology associated with occupational blast overpressure exposure. The Contractor shall ensure understanding of the outcomes predicted by the current BOP-HHA software by providing information on all components of the BOP-HHA software and the INJURY model. The Contractor shall provide comprehensive training on the INURY model including information on model development, the basis of modeling the injury mechanism, use of the model, and interpreting model outcomes.The Contractor shall provide comprehensive training on the BOP-HHA software including information on software development, how the INJURY model is implemented into the software, software capabilities, use of the software, use of Blast Test Devices for data collection, and interpreting software outcomes. The Contractor shall facilitate the hands-on analysis of case studies, using the BOP-HHA software and INJURY model, from input of blast overpressure data, to explanation of generated outputs and interpretation of the predicted risk information.The Contractor shall provide the necessary personnel, supplies, and facilities to conduct the risk assessment methodology training.The Contractor shall provide consultative services (related to this training, the BOP-HHA software, the INURY model, software upgrades, assessment questions, etc.) during the period of performance for this contract.The Contractor shall be accessible via phone or email during the work week and respond to inquiries within 2 business days of a request.This is not a formal solicitation or request for quote. This synopsis of intent is to give notice of the Government's intent to make a sole source award. Contractors who can provide USAMRAA with the required services are invited to electronically submit an affirmative, written response indicating a bona fide ability to meet this specific requirement. Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Data Universal qualifications, and any applicable pricing data or information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this synopsis and all responses will be considered by the agency. Responses should be furnished electronically to flodean.p.billings.civ@mail.mil no later than 9:00AM Eastern Standard Time, 25 June 2020.

San Diego ,
 CA  92121  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : San Diego

Classification

naicsCode 511210
pscCode R499Other Professional Services