Senaptec LLC is the only organization with the proprietary equipment that will fit the needs of this capability. The proprietary data inherent to Senaptec Pro are a sensory station, tablets, and stroboscopic glasses. The technology to be tested is the Senaptec Training system consisting of contrast sensitivity, depth perception, go/no go, eye-hand coordination, visual clarity, multiple object tracking, reaction time, perception span, target capture, near-far quickness, multiple object training, dynamic vision, The Senaptec strobe can help enhance sensory skills by removing varying amounts of visual input and information that a soldier uses to make decisions regarding reaction and proprioception forcing the soldier to be more deliberate and efficient with the information they receive. This technology is in use by the NHL, NBA, NFL, and NCAA teams for their Human Performance Optimization and Training programs. Some studies have shown that stroboscopic visual training can prevent injuries. Other studies have also shown a link between dynamic movement mechanics, neurocognition, and visual processing regarding anterior cruciate ligament injury adaptations and injury risk. Our focus of this study to determine the efficacy of visual processing on improving dynamic movements patterns and mechanics and its relationship to improving human performance. The military requirement that is addressed is readiness. The purpose of SPARTA is to improve military athletic performance, decrease injury, build stronger soldiers, and return optimized soldiers to their units in an improved mental, physical, and spiritual condition. By using the by utilizing the Physical Readiness Training Reconditioning (PRT) Phase and use the Kinduct performance management software platform to control for the many variables that effect optimal recovery from injury. In doing so, a more timely return to duty is expected, and more importantly the Soldier's readiness to perform all mission essential tasks to include full active PRT is expected.
This is a notice of intent to issue this solicitation on a sole source basis. This notice of intent is not a request for quotations (RFQ). Any other firms desiring consideration must fully identify their interest and capability to provide these items no later than June 3, 2019 to the individual listed below. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Interested persons may identify their interest in writing, to the Government point of contact. Responses to this notice must be received no later than 1100am Eastern Standard Time (EST), June 4, 2019. The point of contact for this action is Mr. Lee Hess, [email protected]. No telephone requests will be honored
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
1. Class Code: __59__ {first two digits or first single letter of the FSC - select from drop-down}
2. NAICS Code: __334510__ {insert correct code from drop-down - matches major CLIN NAICS}
3. Subject: Senaptec Pro Package {max 250 characters}
4. Solicitation Number: _W911QY-19-P-0036_.
5. Set-Aside Code: __N/A__________ {select from drop-down}
6. Response Date: ___06/12/2019_______ {format MM/DD/YYYY}
7. Place of Delivery/Performance: 28 June 2019
XVIII ABN Corps_______
__Surgeon's Office {Attn line & street address}
__Fort Bragg, NC _____ __ {City/State}
__28307 - United States____ {Zip Code and Country}
8.
(i) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b) (1) (i) Only one responsible source and No Other Supplies or Services Will Satisfy Agency Requirements. The name of the company the Government intends to award to is Senaptec LLC, 2331 NW Jessamine Way, Portland, OR 97229-8548. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.
(ii) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(iii) The solicitation number is _W911QY-19-P-0036_ This acquisition is issued as an ___RFQ___.
(iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 dated 20 December 2018.
(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - Senaptec Pro Package Consisting of 1 Full Sensory Station, 4 Tablet Sensory Stations, 10 Strobe Eyewear Qty: 1, UOM: ea
CLIN 0002 -Senaptec Pro Strobe Eyewear, Qty:10, UOM:ea
CLIN 0003 - Shipping/Handling Qyt:1, UOM: ea
(vi) Description of requirements: Senaptec Pro Package
(vii) Delivery is required by 28 June, 2019
(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and is incorporated by reference to this RFQ.
(ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer (SAM.gov registration).
(x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated by reference to this RFQ.
(xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: _____________________________________.
(xii) The following additional contract requirement(s) or terms and conditions apply:
FAR:
52.212-3 - Offeror Representations and Certifications - Commercial Items
52.204-16 - Commercial and Government Entitiy Code
52.204-18 - Registration in SAMS
52.204-21 - Basic Safeguarding of Covered Contractor Information Systems
52.219-28 - Post-Award Small Business Program Representation
52.222-3 - Convict Labor
52.222-19 - Child Labor - Cooperation with Authorities and Remedies
52.222-26 - Equal Opportunity
52.222-21 - Prohibition of Segregated Facilities
52.222-36 - Affirmative Action for Workers With Disabilities
52.222-50 - Combating Trafficking In Persons
52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 - Restrictions on Certain Foreign Purchases
52.232-33 - Payment by Electronic Funds Transfer
52.232-40 - Accelerated Payments to Small Business Subcontractors
DFARS:
252.203-7000 - Requirements Relating to Compensation of Former DoD Officials
252.204-7000 - Disclosure of Information
252.225-7000 - Buy American Statute - Balance of Payments Program Certificate
252.225-7001 - Buy American Act and Balance fo Payments Program
252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports
252.203-7005 - Representation Relating to Compensation of Former DoD Officials
252.204-7008 - Compliance with Safeguarding Coverd Defense Information Controls
252.204-7015 - Disclosure of Information to Litigation Support Contractors
252.232-7010 - Levies on Contract Payments
252.244-7000 - Subcontracts for Commercial Items
252.247-7023 - Transportation of Supplies by Sea
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/
(End of clause)
252.232-7006 - Wide Area WorkFlow Payment Instructions
(a) Definitions. As used in this clause--
Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.
Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through
WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions.The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
COMBO
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
W36BZE
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the
system.
Routing Data Table*
--------------------------------------------------------------------------------------------
Field Name in WAWF Data to be entered in WAWF
--------------------------------------------------------------------------------------------
Pay Official DoDAAC HQ0490
Issue By DoDAAC W911QY
Admin DoDAAC W911QY
Inspect By DoDAAC W36BZE
Ship To Code W36BZE
Ship From Code
Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC)
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
--------------------------------------------------------------------------------------------
(*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.")
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
[email protected]
[email protected]
(g) WAWF point of contact. (1) The Contractor may obtain clarification regard invoicing in WAWF from the
following contracting activity's WAWF point of contact.
[email protected]
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
(xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as unrated___N/A_____.
(xiv) The following notes apply to this announcement:
In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.
(xv) Offers are due on 06/12/19, by ¬5:00 pm ET, to Lee A. Hess via email: [email protected].
(xvi) For information regarding this solicitation, please contact the Contracting Officer, Lee A. Hess at the above listed email address.