FORCEDECK and HUMANTRAK Systems
ID: HT942525Q0017Type: Solicitation
Overview

Buyer

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

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking qualified small businesses to provide the ForceDeck and HumanTrak Systems as part of its "Optimizing the Human Weapon System" research project. The procurement includes brand-name human musculoskeletal equipment, software, and licenses from VLAD Group Inc., aimed at studying soldier readiness in relation to sleep and fatigue, with a contract duration of five years starting March 28, 2025. This acquisition is critical for maintaining continuity in research and ensuring seamless data management through integration with a centralized database. Interested vendors should contact Rebecca Wisner at rebecca.c.wisner.civ@health.mil or Jennifer Hayden at jennifer.e.hayden.civ@health.mil for further details, and must submit their quotes in accordance with the specified guidelines by the deadline outlined in the solicitation.

    Files
    Title
    Posted
    This document is a combined synopsis and solicitation (HT942525Q0017) for commercial items and services, with a focus on acquiring the ForceDecks (FDMax) Dual Force Plate System and HumanTrak Systems. It is a Small Business set-aside, encouraging qualified vendors to submit quotes. The document outlines the requirements for hardware, software, warranties, and technical support for both systems, specifying detailed minimal essential characteristics that the products must meet. The solicitation emphasizes the importance of compliance with various clauses and provisions, including representations regarding telecommunications and past performance. Submission instructions require quotes in specific formats and by set deadlines. Evaluation will be based on technical acceptability and pricing, using a Lowest Price Technically Acceptable (LPTA) approach, ensuring that acceptable technical proposals are selected at the lowest price. The anticipated delivery is set for 30 days post-award to Walter Reed Army Institute of Research, reflecting the government's dedication to advancing capabilities through this procurement process.
    The United States Army Medical Research Acquisition Activity (USAMRAA) intends to procure brand-name human musculoskeletal equipment, software, and licenses from VLAD Group Inc. under a Firm Fixed Price contract as part of the “Optimizing the Human Weapon System” research project. This includes specific equipment, warranty, and software licenses aimed at studying soldier readiness in relation to sleep and fatigue. The acquisition will occur over a five-year period, starting March 28, 2025, with a base year and four option years. The need for brand-name products is justified to maintain continuity in research, as switching brands would disrupt existing data and extend the project timeline significantly. Market research conducted identified three small business resellers capable of fulfilling the requirement, suggesting a set-aside for small businesses. The contract action will comply with public display and synopsis requirements as outlined in federal regulations. The document emphasizes the importance of acquiring equipment that integrates with a centralized database for seamless data management, vital for ongoing research.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Human Performance Program Lower Extremity Evaluation Equipment Software License Renewal
    Buyer not available
    The Naval Special Warfare Command, part of the Department of Defense, intends to award a contract to Vald Group, LLC for the renewal of Vald Performance Licenses, which include specialized equipment systems such as Nordbord, Force Frame, and Force Decks. Vald Group, LLC is recognized as the sole authorized vendor for these essential performance evaluation tools, which are critical for specialized military training and assessment of lower extremity performance. The procurement will follow the Federal Acquisition Regulation (FAR) guidelines, specifically under Part 12 for commercial items and FAR Subpart 13 for simplified acquisition procedures, with a Firm Fixed Price Purchase Order anticipated. Interested parties can reach out to Emily Lonigro at emily.lonigro@socom.mil or call 619-415-9286 for further inquiries.
    Army Combat Fitness Test (ACFT) Equipment
    Buyer not available
    Presolicitation DEPT OF DEFENSE Army Combat Fitness Test (ACFT) Equipment: The Department of the Army is seeking to procure ACFT equipment for the Army Combat Fitness Test (ACFT). The ACFT is a new physical fitness test for the Army that measures various aspects of fitness including muscular strength, endurance, power, flexibility, coordination, speed, agility, cardiovascular endurance, balance, and reaction time. The equipment includes items such as hexagon bars, bumper plates, barbell collars, nylon sleds, rubber medicine balls, kettlebells, and measuring tapes. The estimated quantity of equipment needed is between 26,000 and 30,000 sets. The equipment must be delivered to Army units by October 1, 2019. The procurement will be set aside for small businesses, and the government anticipates awarding a firm fixed price contract. The Request for Proposal (RFP) is expected to be released in December 2018.
    DRAFT RFP - Materiel Fielding and Medical Liaison Support Services
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Natick Division, is seeking proposals for Materiel Fielding and Medical Liaison Support Services under a Draft Request for Proposal (RFP). The primary objective is to provide comprehensive medical material support to Army components, ensuring healthcare readiness through various services including program management, logistics analysis, and medical liaison activities. This procurement is critical for maintaining effective logistical and medical support in military operations, with a total funding amount anticipated at $20 million. Interested small businesses are encouraged to review the draft documents and submit their feedback by February 14, 2025, to the primary contacts Patrick Wallace and Jason Goode via the provided email addresses.
    TriMed Procedural Packages
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to establish a Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for TriMed Inc.’s orthopedic procedural packages, which include necessary implants, instrumentation sets, and auxiliary products for orthopedic surgeries. The contract aims to streamline procurement processes by providing automated e-commerce solutions and requires the contractor to offer on-site technical support to medical personnel around the clock. This procurement is crucial for ensuring that Department of Defense hospitals have access to comprehensive surgical packages, with an estimated total contract value of approximately $1.8 million over five years, and a maximum contract ceiling of $3,679,288. The solicitation (SPE2DE-25-R-0005) is expected to be issued on February 7, 2025, and interested parties can find more information on the DLA Internet Bid Board System (DIBBS) or contact Rose Schofield at rose.schofield@dla.mil for further inquiries.
    Time Histories
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a sole-source procurement from the University of Virginia Center for Applied Biometrics for personnel injury assessment services related to the COLUMBIA and VIRGINIA Block V Class submarines. The objective is to utilize computational human body models to assess potential injuries to crew members due to impacts or collisions, with the contractor expected to deliver comprehensive assessments and white papers detailing occupant kinematics and injury risks. This specialized service is critical for ensuring the safety and operational integrity of naval operations, and the total estimated value for the procurement is capped at $249,999.99. Interested parties must submit their capabilities statements by 4:00 PM on February 10, 2025, and inquiries can be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
    ACCESSORY KIT, RECOIL EXERCISER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting bids for the procurement of an Accessory Kit, Recoil Exerciser, identified by NSN 1015-01-410-8087 and Part Number 12940961. The requirement includes a total quantity of 54 kits, with 27 as the base quantity and an additional 27 as an option, all to be packaged according to military standards. This procurement is critical for maintaining operational readiness and effectiveness in military applications, emphasizing the importance of compliance with stringent military and federal standards. Interested small businesses must submit their offers via email, adhere to military preservation and packaging standards, and acknowledge any amendments to the solicitation, with the primary contact for inquiries being Jasteena Gomoll at jasteena.gomoll@dla.mil or 586-467-1210.
    Brand Name requirement for NI instrumentation in support of target strength measurements at the ARD.
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for National Instruments (NI) instrumentation to support target strength measurements at the Acoustic Research Detachment (ARD). This procurement specifically requires brand name NI equipment, including PXI Express acquisition cards and associated components, to ensure compatibility with existing systems and software algorithms previously developed by NSWCCD. The initiative underscores the importance of maintaining operational coherence in defense applications, as the selected equipment is vital for accurate Target Strength Data Acquisition. Interested small businesses must submit their quotes by 10:00 AM on October 22, 2024, with delivery expected by November 29, 2024. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    AN42 - Psychological Health and Research Support for the Naval Health Research Center
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractor support for Psychological Health and Research Support for the Naval Health Research Center (NHRC). This procurement aims to establish a Cost-Plus-Fixed-Fee type single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide health research operations, development, assessment, surveillance, and operational services to support the Psychological Health and Readiness Department of the Military Population Health Directorate at NHRC. The contract, which is critical for enhancing the psychological health and readiness of military personnel, is anticipated to have a five-year ordering period starting on July 11, 2025. Interested offerors should contact Helen Tyson at helen.tyson@navy.mil to express their interest, and they must monitor for the solicitation release, as no paper or electronic copies will be provided.
    Pulse Oximeter-Fingertip, Aeromedical Certified
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to establish a Qualified Suppliers Listing (QSL) for the MW-2406-37 Pulse Oximeter-Fingertip, Aeromedical Certified. This procurement aims to identify suppliers capable of providing aeromedical certified pulse oximeters for use in Military Treatment Facilities (MTFs) across the Military Health System (MHS), with an estimated annual sales volume of $1,293,929 based on historical data. Vendors must comply with stringent requirements, including possession of a Distribution and Pricing Agreement (DAPA), FDA compliance, and adherence to specific product specifications, with submissions due by February 20, 2025. Interested vendors should direct inquiries to Mr. Riley Whittlesey or Mr. David Sheaffer via email, ensuring all documentation is submitted by the specified deadline to be considered for inclusion in the QSL.
    NHRC MMS IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for the NHRC Medical Modeling and Simulation Department's Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to support the development and enhancement of medical modeling and simulation research tools, including the Medical Planners Toolkit and the Joint Medical Planning Tool, which are critical for estimating medical resource requirements for DoD operations. These tools utilize data from the Expeditionary Medical Encounter Database and the Expeditionary Medical Knowledge Warehouse to assist medical planners in formulating operational strategies. Interested parties can reach out to Shaina Sollenberger at 215-697-9674 or via email at shaina.sollenberger@navy.mil for further details regarding the solicitation process.