GOLDen hour extended EVACuation (GOLDEVAC)
ID: HR001124S0024Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE ADVANCED RESEARCH PROJECTS AGENCY (DARPA)DEF ADVANCED RESEARCH PROJECTS AGCYARLINGTON, VA, 222032114, USA

NAICS

Research and Development in Biotechnology (except Nanobiotechnology) (541714)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; APPLIED RESEARCH (AC12)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE is seeking proposals for the GOLDen hour extended EVACuation (GOLDEVAC) service. GOLDEVAC is a research and development project in the field of biotechnology. The service aims to develop innovative approaches for intravascular gas-exchange and trauma resuscitation through a single intravascular cannula. The goal is to enable the management of a polytrauma patient without the thrombotic complications associated with extracorporeal membrane oxygenation. The project excludes research that only results in incremental improvements to the existing state of practice.

    Point(s) of Contact
    Lt. Col. Adam Willis
    GOLDEVAC@darpa.mil
    Files
    Title
    Posted
    The document outlines a concept for a project under the GOLDEVAC initiative, focusing on identifying and addressing a specific need within the field. It emphasizes the importance of providing a graphic to illustrate key system components and cannula placement. The project aims to establish goals for development, highlighting major technical bottlenecks and risks involved. It also reviews existing approaches in the domain and discusses how this new project will advance current capabilities. The structure of the document includes sections for the problem description, project objectives, an overview of the proposed methodology, and a comparison with state-of-the-art techniques. This RFP is part of the federal grants and contracting landscape, signaling readiness for innovation in technology development and enhancement.
    The document pertains to the Broad Agency Announcement (BAA) HR001124S0024 for the GOLDen hour extended EVACuation (GOLDEVAC) project. It provides mandatory guidelines for abstract submissions related to the initiative, emphasizing the required format, submission process, and evaluation criteria for proposers. Abstracts must contain several components, including a cover sheet and a table of contents, while maintaining a maximum of eight pages in length, not including specified supplementary materials. Key points to address in the abstract include the project goals, technical approach, and capabilities or management plan. Proposers are tasked with detailing innovative elements of their work, identifying limitations of current methods, and presenting their strategies for risk mitigation. A principal investigator should be outlined alongside a summary of the team's expertise and potential collaboration arrangements. The submission deadline is strict, and DARPA commits to responding within thirty days regarding the viability of full proposal submissions, noting that a favorable abstract response does not ensure proposal selection. The document serves as an official communication establishing the framework and expectations for government RFPs related to emergency evacuation innovations, promoting systematic evaluation of proposals tailored to enhance military capabilities.
    The document outlines a proposal template for the GOLDEVAC project under RFP HR001124S0024. It emphasizes the need to address a specific problem and sets forth a clear project goal. The proposal should include a graphic depicting key system elements and cannula placement, if applicable. Key components to address are what will be developed, the major technical bottlenecks and risks involved, and an overview of existing approaches in the field. The proposal should articulate how the project will enhance current capabilities beyond existing solutions. Overall, the document serves as a structured guideline for organizations to effectively communicate their proposals related to this federal initiative, highlighting the importance of innovative solutions in achieving project objectives.
    The attachment outlines the mandatory technical and management proposal template for submissions to the Broad Agency Announcement (BAA) HR001124S0024, named GOLDen hour extended EVACuation (GOLDEVAC). Proposals must adhere strictly to the formatting and submission guidelines, including maximum page counts and required components such as Technical and Management Volumes, which are capped at 35 pages. Required elements include a cover sheet, proposal summary, technical plan, management plan, and a statement of work, among others. Proposals must be submitted in a digital format and received by DARPA by the specified deadline. Key areas of focus include clarity on goals and impacts, technical challenges and solutions, and team capabilities. The document emphasizes the importance of a robust management strategy and outlines requirements for teams involving government entities or federally-funded research centers. It also addresses potential organizational conflicts of interest and stipulates the identification of intellectual property rights. The summary concludes with directives on optional materials and the need for maintaining compliance with federal regulations, promoting the proposal's innovative aspects. The structure of the proposal is systematically organized to facilitate thorough evaluation by DARPA.
    The document outlines the Cost Proposal Instructions and Volume II Template for the GOLDEVAC program, specifically pertaining to HR001124S0024. It mandates that the cost volume must comprehensively encompass both base and options, focusing solely on cost-related information. Proposals must utilize a specified MS Excel standard cost proposal spreadsheet, with clear traceability of costs between the prime contractor and any sub-awardees. Key sections include the need for a detailed cost summary, direct labor costs, indirect costs, materials, equipment purchases, and travel expenses. Proposers are also required to report costs for other direct costs, consultants, sub-awardees, and to provide documentation supporting all claims. Further, there are distinct requirements for either a procurement contract or other transaction, including small business subcontracting plans and compliance documentation. This structured template ensures consistency and aids the government in efficiently reviewing and negotiating proposals, ultimately facilitating the GOLDEVAC initiative aimed at improving emergency evacuation protocols. Adherence to the submission requirements outlined is critical for proposal acceptance. Overall, the document serves as a comprehensive guide for potential advocates and provides a framework for transparent and detailed proposal submissions.
    The DARPA Standard Cost Proposal Spreadsheet outlines the requirements for presenting cost proposals for government contracts. Its primary purpose is to facilitate the government’s evaluation and negotiation processes. Proposers must fill out the costs associated with direct labor, fringe benefits, overhead, subcontractor, and other direct costs, ensuring that all provided data is complete, accurate, and well-supported. The spreadsheet consists of multiple worksheets that break down budget elements by task and period, facilitating a comprehensive overview of proposed expenses. Proposers are instructed to select appropriate labor categories, enter detailed cost data for each fiscal year, and adhere to guidelines regarding indirect rates and potential profit margins. Additionally, the document emphasizes the importance of including supporting computations and justifications for the proposed costs to establish their reasonableness. Overall, the spreadsheet serves as a crucial tool for ensuring transparency, accountability, and alignment with federal contracting standards, thus optimizing the proposal and award execution process within DARPA's framework.
    The GOLDEVAC program, initiated by the Defense Advanced Research Projects Agency (DARPA), seeks innovative proposals for a single intravascular device that facilitates advanced medical care for polytrauma patients in combat situations. The goal is to extend the "Golden Hour" of care by allowing rapid resuscitation and oxygenation through a single cannula, overcoming complications associated with current methods. The program is divided into two main phases: Phase I focuses on developing and testing the cannula's design and functionality in large animal models, while Phase II integrates multiple trauma support functions into a single device. Proposals must emphasize overcoming biological and mechanical challenges while ensuring ease of use by medics and compliance with regulatory processes. The initiative aims to significantly enhance casualty care in military operations by providing a multifunctional system that aids in the efficient evacuation and support of injured service members. Key deadlines include proposal abstracts by April 24, 2024, and full proposals by June 4, 2024. The document outlines evaluation criteria, including scientific merit and the proposer’s capabilities, along with detailed requirements for testing and delivery milestones.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    42--CANISTER,CARBON DIO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of carbon dioxide canisters. This procurement involves comprehensive repair efforts, including teardown and evaluation of the canisters, with a required turnaround time of 229 days for completion. The canisters are critical safety and rescue equipment, underscoring their importance in military operations. Interested contractors must submit their proposals, including pricing and any exceptions to the solicitation requirements, to the primary contact, Kaitlyn T. Mounts, via email at kaitlyn.t.mounts.civ@us.navy.mil or by phone at 717-605-5937. The solicitation is part of an emergency acquisition initiative, and all contractual documents will be considered issued upon transmission by the government.
    6515--NX Defibrillators
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of defibrillators to enhance patient care across its medical centers, as outlined in solicitation number 36C10G25R0012. The VA requires both Zoll brand name and equivalent defibrillators, which are critical for managing life-threatening heart conditions such as ventricular fibrillation and tachycardia, with a focus on modern features like real-time CPR feedback and ECG monitoring. This procurement will be structured as a single Requirements contract with firm-fixed pricing for a base year and four option years, emphasizing the need for quality and standardized medical equipment. Interested offerors must submit their proposals by May 26, 2025, and direct any inquiries to Contract Specialist Courtney Chattman at Courtney.Chattman@va.gov.
    OXYGEN BOOSTER PUMP
    Buyer not available
    The Department of Defense, specifically the Utah Army National Guard, is soliciting proposals for an Oxygen Booster Pump under a total small business set-aside contract. The procurement requires a brand-name product that meets specific technical characteristics, including the ability to fill multiple bailout bottles with aviators' breathing oxygen at designated pressures, and must be approved for Navy use. This equipment is critical for ensuring the operational readiness and safety of military personnel. Interested vendors must submit their quotes by 8:00 AM MST on May 16, 2025, to the contracting officer, William T. Brown, at william.t.brown68.civ@army.mil, and must be registered in the System for Award Management (SAM) to be eligible for award.
    6515--Intent to Sole Source: Spectrum Medical Quantum Perfusion Technologies Heart-Lung Bypass System
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract to Spectrum Medical Inc. for the procurement of two Quantum Perfusion Technologies heart-lung bypass systems, essential for replacing outdated equipment at the West Haven VA Medical Center. This procurement is necessary due to the unique compatibility requirements with existing Spectrum Medical workstations, as alternative systems would incur significant costs and potentially compromise patient care. The estimated total cost for the two units is $592,491.22, with a response deadline for interested parties set for May 2, 2025, at 5:00 PM Eastern Time. Interested vendors may submit their qualifications to Contract Specialist Kurt Fritz via email at kurt.fritz@va.gov for consideration in market research, although this notice is not a request for competitive proposals.
    DLA Emergent IV Research and Development Program
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Emergent IV Research and Development Program, a Broad Agency Announcement (BAA) aimed at advancing innovative research in various areas of interest, including medical logistics, advanced manufacturing, and artificial intelligence applications. The program invites interested parties to submit "White Papers" that outline specific projects related to the identified areas, with the potential for selected submissions to lead to requests for full technical and cost proposals. This initiative is crucial for enhancing the DLA's logistics capabilities and operational efficiency, with a total funding ceiling of $125 million over a five-year period. Interested vendors can reach out to the DLA's R&D Mailbox at RandD.DCSO@dla.mil for further inquiries, and must adhere to the established submission timelines, with key deadlines for White Papers set for April 19 and April 26, 2024.
    OHAS Emergency Medical Services (EMS) Support
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals from qualified small businesses to provide emergency medical services support for the Open House Air Show at Joint Base McGuire-Dix-Lakehurst, New Jersey, scheduled for May 17-18, 2025. The contractor will be responsible for delivering eight ambulances, one medical ambulance bus, and a team of advanced life support crews to enhance the base's emergency response capabilities during this large public event, which is expected to attract approximately 125,000 attendees per day. This procurement underscores the critical need for effective emergency medical services in ensuring public safety at significant gatherings. Interested contractors must submit their proposals by April 29, 2025, at 5 PM EDT, with an estimated contract value of $22.5 million. For further inquiries, potential bidders can contact Patrick S. Duff at patrick.duff.5@us.af.mil or Daniel Theyn at daniel.theyn@us.af.mil.
    6515--NX EQ Disinfectors: Liquid Germicide: Flexible Scope (AERs) (VA-25-00025497)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a combined synopsis/solicitation for the procurement of Liquid Germicide Disinfectors: Flexible Scope (AERs) under solicitation number 36C10G25R0018. The objective is to establish a single requirements contract for equipment that standardizes and automates the reprocessing of endoscopes, ensuring safety and compliance with reprocessing protocols while minimizing personnel exposure to harmful chemicals. These disinfectors are crucial for maintaining high standards of hygiene in VA medical facilities, supporting the health and safety of patients and staff. Proposals are due by May 5, 2025, and interested offerors must contact Contract Specialist Courtney Chattman at Courtney.Chattman@va.gov for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the DLA Medical Equipment Electronic Catalog (ECAT) Generation V Program, aimed at enhancing medical supply support for its customers. This standing solicitation, identified as SPE2DH-21-R-0002, invites offers for a range of medical equipment, accessories, and consumables, with the goal of facilitating online orders through the ECAT System. The items sought are critical for medical professionals and technicians in providing patient care and include commercial medical equipment and training simulation tools. Interested vendors can submit proposals at any time until the solicitation closes on December 1, 2026, and should direct inquiries to Yasmeen Turner at yasmeen.turner@dla.mil or Evan Lessin at evan.lessin@dla.mil.
    Red Giant
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Orlando (ACC-ORL), has issued a Special Notice regarding the "Red Giant" initiative, inviting input from members of the Training and Readiness Accelerator II (TReX II) consortium and other interested parties. The primary objective of this Request for Information (RFI) is to gather industry insights on the cost and schedule estimates for developing and integrating a technological solution that can replicate a specific threat capability, with a focus on a total budget of $20 million. This initiative is part of the broader effort to enhance Warfighter readiness through innovative development and expedited delivery of prototypes relevant to military training and operational effectiveness. Interested parties must be members of the TReX II consortium to respond to the RFI, and they can find more information at https://www.trexii.org/. For inquiries, contact Brian M. Williams at brian.m.williams14.civ@army.mil or Monica J. Escalante at monica.j.escalante.civ@mail.mil.
    GSL Support Services Contract
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking proposals for the GSL Support Services Contract, aimed at providing technical and administrative support for various research and development activities in civil and military engineering. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period and a total capacity of $20 million, focusing on tasks such as conducting technical reviews, laboratory experiments, and logistical support across multiple fields including structural dynamics and materials science. Interested contractors must maintain a DOD SECRET Facility Clearance and demonstrate relevant experience and qualifications, with proposals evaluated based on Technical Capability, Past Performance, and Price. For further information, potential offerors can contact Janalyn Dement at Janalyn.H.Dement@usace.army.mil or Christy Love at Christy.J.Love@usace.army.mil, with proposals due as specified in the solicitation documents.