The document outlines a Request for Proposal (RFP) for Cognitive Performance Assessment (CPA) services for the 5th Special Forces Group (Airborne) at Fort Campbell, KY. It calls for a contractor to provide a comprehensive CPA software platform that assesses various cognitive skills necessary for military operations, including perception speed, decision complexity, and impulse control. The contract requires the delivery of 400 annual assessments, results in an understandable format for users, and capabilities for both individual and collective data interpretation within five business days.
The contractor must ensure quality control through a Quality Control Plan (QCP) and maintain calibrated assessment equipment. Significant emphasis is placed on the security of data management, with mandates for handling sensitive information appropriately. Performance objectives are established with associated performance standards, including timelines for assessments and communications with a Cognitive Performance Coach (CPC).
The contract duration is set for one base year with four optional renewal years, and it mandates adherence to numerous federal regulations regarding performance standards, equipment maintenance, and ethical conduct. This RFP exemplifies the federal government's commitment to enhancing operational effectiveness in special forces through scientifically validated cognitive assessments.
The document is a Justification and Approval (J&A) for conducting procurement through “other than full and open competition,” indicating the decision to limit competition for a specific government contract, referenced as J&A No. 24-3869/24-007. The approval underscores adherence to federal regulations, specifically SOFARS 5601-1, which governs procurement processes. The purpose of this document is to validate the necessity for restricting competition and to ensure that all procedural standards are observed. Signature lines indicate the need for official review and authority endorsement, suggesting that the document has undergone a layered approval process within the procuring activity. Overall, this J&A serves to maintain accountability and transparency in government contracting by formally documenting the rationale for limiting competition in this instance.
The U.S. Army Special Operations Command at Fort Liberty, North Carolina intends to negotiate a sole source contract with S2 Cognition, Inc. for a Cognitive Performance Assessment (CPA) software platform. Utilizing the authority under 41 U.S.C 1901(a)(1) and FAR 13.501(a), the Army identifies S2 Cognition as the only provider capable of delivering scientifically valid cognitive testing with rapid accuracy and proven repeatability. This determination excludes competitive bidding for this specific requirement, although interested parties may submit their qualifications for future acquisitions by the deadline of September 11, 2024, at 10:00 a.m. EST. An Indefinite Delivery Indefinite Quantity Contract with Fixed Price Task Orders is anticipated. The applicable NAICS code for this contract is 541990. The document also specifies that submissions must be electronic, and the government will not incur any costs related to these submissions. For inquiries, the points of contact are Mr. Brian Gilmore and Mrs. Gail C. Williams, Contracting Officers.