Cognitive Performance Assessment
ID: H9223924R0011Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USASOC CONTRACTINGFORT LIBERTY, NC, 28310-5200, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SPECIAL STUDIES/ANALYSIS- MEDICAL/HEALTH (B537)
Timeline
    Description

    The U.S. Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking a contractor to provide Cognitive Performance Assessment (CPA) services for the 5th Special Forces Group (Airborne) at Fort Campbell, Kentucky. The procurement involves the development and delivery of a comprehensive CPA software platform that evaluates critical cognitive skills necessary for military operations, including perception speed, decision complexity, and impulse control, with a requirement for 400 assessments annually. This initiative underscores the importance of scientifically validated cognitive assessments in enhancing operational effectiveness within special forces. Interested parties may submit their qualifications for future acquisitions by September 11, 2024, at 10:00 a.m. EST, with inquiries directed to Brian Gilmore at brian.gilmore1@socom.mil or Gail C. Williams at gail.williams@socom.mil.

    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    USSOCOM SOFWERX Private Capital Investor Cohort Assessment Event (AE)
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is hosting a Private Capital Investor Cohort Assessment Event (AE) from October 22-24, 2024, aimed at identifying investors who can support and develop solutions for Special Operations Forces (SOF) capabilities. This event seeks participants with expertise in markets and technologies relevant to SOF interests, as well as experience in accelerator services, to foster a community focused on accelerating capability development. Interested parties, including government, industry, academia, and national labs, must submit their proposals by September 27, 2024, and are encouraged to participate in a virtual Q&A session on September 5, 2024. For further inquiries, contact Ronald Reed at ronald.e.reed.civ@socom.mil or Terry Ann Lewis at terryann.j.lewis.ctr@socom.mil.
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.
    Testing Reports - Intent to Sole Source
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE intends to award a Sole Source Purchase Order Contract to NCS Pearson, Inc for testing materials. The service being procured is testing reports, which are typically used for personnel testing in the field of education and training. The place of performance is Camp Lejeune, NC, USA. Interested vendors may contact Rebecca Hayes at Rebecca.L.Hayes.CIV@socom.mil or 9104400872 before the notice expires.
    Command VIP Suite
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Command VIP Suite project, with a focus on construction-related services at Camp Lejeune, North Carolina. This procurement aims to enhance operational capabilities by providing a state-of-the-art facility tailored to the needs of the Special Operations Community, emphasizing small business participation, particularly from service-disabled veteran-owned small businesses. Proposals are due by 12:00 PM Eastern Standard Time on September 23, 2024, following a mandatory site visit on September 17, 2024. Interested contractors should direct inquiries to Allison O'Donnell at allison.c.odonnell.mil@socom.mil or call 910-440-1697 for further details.
    Intelligence Support Services Joint III – Synopsis (H92402-24-R-0001)
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is preparing to release a Request for Proposal (RFP) for Intelligence Support Services Joint III (H92402-24-R-0001), aimed at providing comprehensive intelligence services across various functional areas. The contract will be structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing, requiring qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to deliver actionable intelligence in support of military and humanitarian missions worldwide. Interested vendors must register in SAM.gov under NAICS code 541990 and demonstrate a NIST SP 800-171 Assessment score of 110 to access the Statement of Work and related documents. The anticipated RFP release is scheduled for the week of September 23, 2024, with proposals due approximately 45 days thereafter; for inquiries, contact LTC Marsha Leventry at marsha.leventry@socom.mil or Amy Jaskela at amy.c.jaskela.civ@socom.mil.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is seeking proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training applications. The procurement aims to enhance interoperability and support cloud-based software applications, thereby reducing costs and facilitating training across various Army units and agencies. This contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Naillil DeJesus at naillil.m.dejesus.civ@army.mil or Demetria Carter at demetria.b.carter.civ@army.mil.
    SOF Global Services Delivery
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is currently in the acquisition planning stage for the SOF Global Services Delivery (SOF GSD) contract, which is a recompete of the SOF Core Support (SCS) initiative. This special notice serves to inform interested parties that no decisions have yet been made regarding the number of awardees, the date for an Industry Day, or the anticipated audience for this procurement. The SOF GSD contract is critical for supporting the Special Operations Forces mission, and updates will be provided exclusively through this notice until a formal draft Request for Proposal (RFP) is posted. For further inquiries, interested parties can contact Sherri Ashby at sherri.ashby@socom.mil or Alicia Spurling at alicia.spurling@socom.mil.
    Commercial Solutions Opening (CSO): Security Education and Training Systems eLearning Platform
    Active
    Dept Of Defense
    The U.S. Department of Defense's Defense Counterintelligence and Security Agency (DCSA) seeks innovative technologies for its Security Education and Training Systems (SETS) through a Commercial Solutions Opening (CSO) solicitation. DCSA requires a comprehensive learning ecosystem, including learner management, content management, delivery, and collaborative tools, all aligned with stringent security frameworks. This four-phase competition invites companies to submit concise solution briefs, with a focus on defense applications. The agency aims to revolutionize its training programs while ensuring data continuity and security. Selected companies will be invited to pitch their solutions, leading to potential full proposal requests. The process emphasizes creativity and flexibility, encouraging nontraditional defense contractors and small businesses to participate. The DCSA seeks to enhance its mission effectiveness through these commercial solutions, with submissions due by December 31, 2024. For more information, interested parties can contact the DCSA SETS CSO Contracts and Procurement Office at dcsa.quantico.cpo.mbx.pmo-sets-cso@mail.mil.
    BAA for Advancement of Technologies for Use by Special Operations Forces
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE US SPECIAL OPERATIONS COMMAND (USSOCOM) is seeking advancements in technologies for use by Special Operations Forces. The service/item being procured is the development of disruptive capabilities that must be made available to the SOF Operator within the next five to seven years in order to achieve mission success in the Future Operating Environment (FOE). This Broad Agency Announcement (BAA) will remain open for 5 years until December 31, 2025.
    Commercial Solutions Opening (CSO)
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE Naval Special Warfare Command (NSWC) is seeking to accelerate the development, procurement, and integration of unique capabilities into deployable warfighting capabilities in support of the Joint Force and allied Special Operations Forces (SOF). NSWC is looking to award FAR contracts for projects that enhance the mission effectiveness of special operators and the supporting platforms, systems, components, or material used by NSWC, as well as its interagency and FVEY partners. This Commercial Solutions Opening (CSO) may result in a FAR-based contract.