AMENDMENT 2 - RFQ HT942524R0142 - Publication of the Military Health System Research Symposium (MHSRS), Non-Trauma Research Articles as Special Issue to a Peer-Reviewed Medical Journal for the U.S. Army Medical Research and Development Command (USAMRDC)
ID: HT942524R0142Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Periodical Publishers (513120)

PSC

NEWSPAPERS AND PERIODICALS (7630)
Timeline
    Description

    The Department of Defense, through the U.S. Army Medical Research and Development Command (USAMRDC), is soliciting proposals for the publication of a special issue of a peer-reviewed medical journal featuring non-trauma research articles from the Military Health System Research Symposium (MHSRS). The selected contractor will be responsible for managing the manuscript submission and peer review process, ensuring compliance with journal standards, and delivering an online open access version of the special issue, among other tasks. This initiative is crucial for disseminating important medical research that aims to enhance military healthcare outcomes. Proposals are due by September 9, 2024, and must include past performance references, technical documentation, and pricing information. Interested vendors should direct inquiries to Alana M. Sowers at alana.m.sowers.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Medical Research Acquisition Activity seeks quotes for the publication of research articles as a special issue in a peer-reviewed medical journal. The requirement spans four years and focuses on disseminating non-trauma research from the Military Health System Research Symposium. Offerors are expected to provide a complete quote, including technical and pricing information, past performance references, and relevant certifications. The contract will be awarded using the Lowest Price Technically Acceptable evaluation method, prioritizing quotes that are technically acceptable and present the best value to the government. Quotes are due by 9:00 AM EDT on August 26, 2024.
    The US Army Medical Research and Development Command seeks a peer-reviewed medical journal to publish a special issue supplement. This unclassified contract, with a base period of one year and three optional extensions, aims to disseminate non-trauma research articles from the Military Health System Research Symposium. The requested publication is a 700-page special issue, distributed in print and electronic formats, with a total circulation of 5,680 copies. The contract will be awarded using the Lowest Price Technically Acceptable evaluation method, considering technical merit, past performance, and price. Quotes are due by 26 August 2024, with the potential for contract award without further discussions.
    The U.S. Army Medical Research Acquisition Activity issued a Request for Quote (RFQ) for the publication of a special issue of a peer-reviewed medical journal featuring non-trauma research articles from the Military Health System Research Symposium. The contract will be awarded based on the Lowest Price Technically Acceptable method. Proposals are due by 9 September 2024 and must meet specific requirements outlined in the Statement of Work. The contract will encompass a base period from September 2024 to September 2025, with three optional renewal periods extending through September 2028. Offerors must have an active registration at SAM.gov, provide a proposed price for each contract line item, and submit documentation addressing technical factors, past performance references, and necessary certifications. Questions about the RFQ are due by 16 August 2024. The evaluation will focus on technical capability, past performance credibility, and pricing fairness. The Government reserves the right to modify or withdraw the requirement as needed before award, emphasizing the necessity for a comprehensive and timely submission by interested vendors.
    The document outlines a Request for Quotation (RFQ) from the U.S. Army Medical Research and Development Command (USAMRDC) for publishing a special issue of a peer-reviewed medical journal. This special issue will focus on non-trauma research articles derived from the Military Health System Research Symposium (MHSRS), a collaborative conference aimed at improving military healthcare. The Contractor is tasked with managing a secure, online system for manuscript submission and peer review, providing guidance for authors and reviewers, ensuring manuscript conformity to journal standards, and overseeing layout, formatting, and publication processes. Key deliverables include an online open access version of the special issue, indexing in pertinent bibliographic databases like MEDLINE, and necessary communications regarding print subscriptions. The Quality Assurance Surveillance Plan (QASP) specifies performance standards and monitoring methods to assess Contractor delivery in alignment with industry standards for peer-reviewed journals, ensuring quality and compliance throughout the publication process. This initiative is critical for disseminating vital medical research to enhance military healthcare outcomes.
    The document outlines the guidelines for addressing Organizational Conflicts of Interest (OCIs) related to the publication of non-trauma research articles in the Military Health System Research Symposium. The US Army Medical Research and Development Command (USAMRDC) has categorized procurement services into three categories—Program Support, Program Management Support, and Product Support—each with specific implications for OCI. These categories help identify potential conflicts among contractors who may have access to sensitive information across different areas of work. The document emphasizes that contractors providing services in more than one category may face unfair competitive advantages or compromised impartiality. To mitigate these risks, contractors must submit an OCI Avoidance or Mitigation Plan if they believe an OCI could arise from their new work proposal. Furthermore, the document mandates certifications of OCI status from contractors and their subcontractors. It obliges contractors to ensure transparency and the appropriate management of OCI situations to protect government interests, with stipulations for sanctions if breaches occur. Overall, the guidelines aim to maintain fair competition and contractor integrity within the USAMRDC procurement framework while ensuring compliance with federal standards.
    The document titled "RFQ ATTACHMENT 3 – Provisions and Clauses (Not Previously Included in RFQ)" outlines additional provisions and clauses relevant to Requests for Quotation (RFQ) in the context of federal, state, and local government contracting. It serves as an essential supplement to existing RFQ documents, ensuring that prospective contractors are aware of the legal and operational requirements that may govern their agreements. Key components of the attachment include clauses related to compliance with federal regulations, payment terms, intellectual property rights, and liability limitations. These provisions are designed to protect both the government and contractors, establishing clear guidelines for the conduct of business transactions. Additionally, the attachment emphasizes the necessity for bidders to adhere to prescribed standards and protocols, reinforcing the commitment to transparency and accountability in the procurement process. This document is integral for stakeholders involved in federal grants and contracting, as it delineates the obligations and expectations that form the framework of successful bid submissions and project execution.
    The document outlines a Non-Disclosure Agreement (NDA) required for employees and subcontractors of a government contractor working under a specific contract with the US Army Medical Research and Development Command (USAMRDC). It emphasizes the safeguarding of sensitive and proprietary information, including financial data, planning documentation, and negotiation strategies, which the employees may access while performing their duties. The agreement stipulates the obligation not to disclose or misuse this information, stating that any breach could lead to severe legal ramifications, including potential lawsuits from the government or contracting parties affected by unauthorized disclosures. The NDA also provides exceptions regarding the confidentiality obligations, such as information already in the public domain or disclosed with prior approval. Employees are required to inform future employers of their ongoing confidentiality responsibilities. The document is formally signed by the employee or subcontractor as well as a corporate official, ensuring accountability in handling sensitive government data and proprietary information of other contractors. This agreement is a critical part of ensuring compliance with federal protocols in government contracts and protecting national security interests intertwined within RFPs.
    The document outlines the Offeror Representations and Certifications in accordance with Federal Acquisition Regulation (FAR) and accompanying provisions. It requires Offerors to determine their business classifications (e.g., small business, veteran-owned, women-owned) and confirm their compliance with various regulations, including prohibitions against the use of covered telecommunications equipment and child labor practices. Specific representations include verification of SAM registration, submission of a Taxpayer Identification Number, acknowledgement of restricted business operations in Sudan, and commitments regarding Buy American requirements. The text emphasizes adhering to federal standards concerning financial responsibilities, prior convictions, and compliance with environmental regulations when participating in government contracts. The structure is systematic, beginning with definitions, followed by representation requirements, and concluding with certification stipulations that ensure compliance with federal contracting standards. Overall, this document serves to establish a framework for due diligence and compliance in government procurement processes, promoting transparency and ethical standards in federal contracting.
    The document outlines the requirements for submitting past performance references as part of a government RFP process. It specifies two reference entries that Offerors must complete, delineating the relationship to the Offeror and detailing the nature of the work performed, whether as a prime contractor or subcontractor. Each reference entry requires information on the contracting organization, contract details, and key personnel involved, alongside a description of the work's relevance to the solicitation. Additionally, it mandates the explanation of any performance issues encountered, corrective actions taken, and the results of those actions, particularly referencing any discussions in CPARS reports. The emphasis is placed on demonstrating relevant experience and addressing past performance to establish credibility for prospective contracts. This guidance serves to ensure that bidders provide a comprehensive overview of their previous governmental contract performance, which is critical for the evaluation of proposals in federal and state/local RFPs.
    Similar Opportunities
    DoD Combat Readiness - Medical, Translational Research Award
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE Combat Readiness - Medical, Translational Research Award: The Department of Defense (DoD) is soliciting extramural research and development ideas through the Congressionally Directed Medical Research Programs (CDMRP) Fiscal Year 2024 Combat Readiness—Medical Research Program (CRRP) Translational Research Award (TRA). This Broad Agency Announcement (BAA) aims to fund research projects that are not related to the development of a specific system or hardware procurement. The research and development funded through this BAA is expected to benefit both military and civilian medical practice and knowledge. The BAA provides detailed information on the CRRP, evaluation criteria, and proposal/application preparation instructions. Extramural applicants, such as academic institutions, biotechnology companies, foundations, and research institutes, are eligible to apply. The submission process involves pre-proposal/pre-application submission through the electronic Biomedical Research Application Portal (eBRAP) and application submission through Grants.gov. The BAA can be downloaded from Grants.gov using the opportunity number HT9425S24CRRPTRA. For more information, refer to the provided link. The primary point of contact is the CDMRP Help Desk, reachable at help@eBRAP.org or 301-682-5507.
    BROAD AGENCY ANNOUNCEMENT (BAA) for Extramural Biomedical and Human Performance Research and Development - HT9425-23-S-SOC1
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE is seeking proposals for extramural biomedical research and development. This opportunity is issued by the DEFENSE HEALTH AGENCY (DHA) under the BROAD AGENCY ANNOUNCEMENT (BAA) HT9425-23-S-SOC1. The purpose of this BAA is to solicit research and development ideas to advance the state-of-the-art or increase knowledge in the field. The projects funded under this BAA should focus on basic and applied research rather than the development of specific systems or hardware solutions. The research and development funding is expected to benefit both military and civilian medical practice and knowledge. Interested parties must submit a pre-proposal through the electronic Biomedical Research Application Portal (eBRAP). If selected, the offeror will be invited to submit a full proposal or application through Grants.gov. The BAA is open for a 5-year period, from August 1, 2023, to July 31, 2028. The BAA with revised research areas of interest and General Submission Instructions can be found on Grants.gov using opportunity number HT9425-23-S-SOC1.
    TWO-PHASE DESIGN BUILD AND CONSTRUCTION - INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC) IN SUPPORT OF THE DEFENSE HEALTH AGENCY (DHA) MEDICAL RESEARCH DEVELOPMENT COMMAND (MRDC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for a Two-Phase Design Build and Construction project under an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) in support of the Defense Health Agency (DHA) Medical Research Development Command (MRDC). This procurement aims to engage qualified contractors to provide comprehensive design and construction services, which are critical for enhancing medical research facilities and capabilities. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is essential for maintaining and upgrading laboratories and clinics. Interested contractors should reach out to Drenna Thompson at drenna.l.thompson@usace.army.mil or 251-694-4108, or LaRhonda Archie at larhonda.m.archie@usace.army.mil or 251-441-5539 for further details, noting that the proposal submission deadline has been extended as per Amendment 0001.
    DHA DAD-MA Patient Safety Program for Military Medical Treatment Facilities
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the DAD-MA Patient Safety Program aimed at enhancing patient safety within Military Treatment Facilities (MTFs). The procurement focuses on providing comprehensive services, including personnel, training, and resources to foster a culture of safety and mitigate preventable harm, aligning with the DHA's strategic objectives for quality healthcare. This initiative is critical for ensuring that military healthcare personnel are equipped to deliver evidence-based care and achieve zero preventable harm across various environments. Interested small business entities must submit their proposals by September 18, 2024, with a total contract value estimated at $559,000, and can direct inquiries to Cherish Young at cherish.d.young2.civ@health.mil or Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil.
    Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking proposals for the Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA). This opportunity aims to conduct medical research to optimize the warfighter's performance and support the Air Force mission. The research will focus on analyzing attributes and operational environments to ensure the availability of Airmen and investigate the effects of the flight environment on Airman health and performance. The BAA will remain open for seventy-two (72) months with Calls being released throughout the period.
    Q403-- MDE 2025 Regions 1-4 Recompete AMENDMENT 0004
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the recompete of the Medical Disability Examinations (MDE) contract covering Regions 1-4, with an estimated contract value of $16 million. The procurement aims to engage qualified contractors to conduct comprehensive medical evaluations for veterans, ensuring adherence to regulatory standards and the use of Disability Benefits Questionnaires (DBQs) to assess various medical conditions. This initiative is crucial for facilitating timely and accurate disability claims processing for veterans, thereby enhancing their access to benefits. Interested vendors must submit their proposals by 09:00 AM ET on September 23, 2024, and can direct inquiries to Jennifer Benisek at Jennifer.Benisek@va.gov or Corey Mann at Corey.Mann@va.gov.
    Medical Services, Management, and Review IDIQ
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals for a Medical Services, Management, and Review Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement aims to provide comprehensive occupational health services, including medical surveillance, case reviews, and management of qualified medical providers for employees at the Beltsville, Maryland location. The services are critical for ensuring the health and safety of personnel exposed to various occupational hazards, aligning with federal health regulations and best practices in biosafety. Interested small businesses must submit their quotations by September 11, 2024, at 2:00 PM EST, to Jennifer Peterson at jennifer.l.peterson@usda.gov, with a total small business set-aside and a firm-fixed price structure for the contract.
    BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT IN SUPPORT OF THE JOINT PROGRAM EXECUTIVE OFFICE FOR CHEMICAL, BIOLOGICAL, RADIOLOGICAL AND NUCLEAR DEFENSE (JPEO-CBRND), JPM MEDICAL AND JPL EB
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking research and development services in support of the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND), JPM Medical and JPL EB. The service being procured is for the identification of the best available science in the areas of research interest, including novel solutions and improved methods for developing medical countermeasures. The government is specifically interested in enabling technologies, life cycle bioinformatics, and improved logistics tracking. The procurement notice is available on SAM.gov and the JPEO-CBD website. Potential offerors are encouraged to communicate with the JPMO technical contacts for proposal ideas. For any questions or inquiries, contact usarmy.detrick.mcs.mbx.baa@mail.mil.
    Extractor Arm Exhaust Systems - Snokel Vent Tubes
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the establishment of a Blanket Purchase Agreement (BPA) for Extractor Arm Exhaust Systems (Snorkel Vent Tubes) on behalf of the Walter Reed Army Institute of Research (WRAIR) located in Silver Spring, MD. This procurement is specifically set aside for small businesses and includes a site visit scheduled for August 12, 2024, to facilitate understanding of the requirements prior to proposal submission. The Extractor Arm Exhaust Systems are critical for laboratory environments, ensuring proper ventilation and safety during research activities. Interested vendors must submit their proposals by August 29, 2024, at 11:00 AM EDT, and any questions regarding the solicitation should be directed to Rebecca Wisner at rebecca.c.wisner.civ@health.mil by August 14, 2024, at 11:00 AM EDT.
    CHEERS MAA Open Period 2 - All Technical Areas, 10 U.S.C. 4023 - Procurement for Experimental Purposes (ARA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) and the United States Air Force School of Aerospace Medicine, issues an open solicitation for experimental purposes, governed by 10 U.S.C. 4023. This multi-step procurement process, referred to as Continuing Human Enabling, Enhancing, Restoring, and Sustaining (CHEERS), seeks innovative solutions in various technical areas related to human effectiveness for national defense. The Air Force invites contractors to submit concise five-page white papers outlining their approaches. These submissions will undergo a review process, and successful candidates will be invited to present detailed proposals. The AFRL retains the discretion to award multiple contracts, IDIQs, or purchases under specific authorities. The focus areas include a wide range of supplies and services, from medical and aeronautical to signal and energy supplies for defense purposes. Offerors should be prepared to provide data items, software, and hardware, although the exact requirements will be established later. The process allows the AFRL to explore diverse solutions, with potential contracts valued at up to $500 million. The legal and contracting clauses detailed in the procurement aim to ensure compliance with federal regulations and manage contractual relationships. These clauses cover various topics, including security, employee rights, and intellectual property, and will be incorporated into the contracts. Contractors will also be responsible for flowing down these clauses to their subcontractors. This solicitation serves as an initial request for information or a draft, as key evaluation criteria and dates are absent. The AFRL seeks to protect proprietary data and may impose security and export control regulations. The submission deadline for the initial white paper step is 30 September 2027. For clarification or questions, interested parties may contact Amber Taylor or Ashlee Green via email.