SOLICITATION NOTICE
R -- The ARMY AMEDD International Advanaced Course for Officers requires an instructor for 2 ten-week sessions. Jan 1 and 1 July 2005.
- Notice Date
- 12/7/2004
- Notice Type
- Solicitation Notice
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K04-04-R-0023
- Response Due
- 12/23/2004
- Archive Date
- 2/21/2005
- Small Business Set-Aside
- Total Small Business
- Description
- The Advanced Officer Course at Fort Sam Houston, Texas has a requirement for an educational instructor for a Period of Performance from 3 January 2005 to thru 30 Sept 2005. The North American Industrial Code System (NAICS) is 611710. The instructor m ust have prior U.S. Army experience, be a graduate of the AMEDD Officer Advance Course, and must have completed the AMEDD Faculty Development Course. Additionally, civilian or military training in cross-cultural relations is desired. Must have instructiona l proficiency that can be shown by previous successful instructional experience in a TRADOC/AMEDD school. Teaching experience must include small group settings and successful prior association with international military students. The solicitation will be posted on or about 8 December 2004. Interested offers should log into FedBizOpps to download and view the solicitation. Points of Contact: Mr. Bill Bunner, Contract Specialist, (210) 295-4428, (fax)(210) 221-5402, e-mail: bill.bunner@amedd.army.mil. Bldg 4 197, 2107 17th Street, Fort Sam Houston, TX 78234. The Contracting Officer is Ms.Barbara Peterson, (210) 221-4226, e-mail: barbara.peterson@amedd.army.mil. Telephone requests will not be accepted. Combined Synopsis and Solicitation for Advanced Officers Co urse This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number is W81K04-04-R-0023 and is issued as a Request for Quotation (RFQ). This RFQ documents and incorporates pr ovisions and clauses in effect through Federal Acquisition Circular 2001-16. The solicitation will be Competitive set-aside for eligible 8(a) concerns. The North American Industry Classification System (NAICS) code is 561720. The following provisions apply to this acquisition: FAR52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL, paragraphs (d), (e), (h), and (i) are deleted in their entirety; FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS, with the following agenda: Paragraph (a) is filled in with past performance will be considered. Shall be able to commence with service on 3 January 2005. Far 52.212-3, Offertory Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items with addenda to change Paragraph (c and to i nsert Paragraphs (u) Holidays, (v) Vehicle Operation, Registration and Insurance, and (w) Health Insurance Portability and Accountability Act (Hippa); (Note: Referenced addenda will be provided in full text with the Performance Work Statement (PWS); 52.212 -5, Contract Terms and Conditions Required to implement statutes or executive orders-Commercial Items, no addenda; 52.217-8 Option to extend services deleted; 52.217-9 Option to extend term (deleted); 52.228-5 Insurance-Work on a Government installation; 52.232-18 Availability of funds; 52.232-19, Availability of funds for the next fiscal year, none. 52.237-3 Continuity of Services; 52.242-13 Bankruptcy; 52.242-15 Stop-Work Order; 52.242-17 Government Delay of Work; 52.252-2, change to http:farsite.hill.a f.mil; DFARS 252.204-7004 Required Central Contractor Registration; 252-212-7000, Offertory Representations and CertificationsCommercial items (the certification in paragraph (b) does not apply to this solicitation.;252.212-7001 Contract Terms and Conditi ons Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 252-232-7003 Electronic Submission of Payment Requests. The U.S. Army Health Care Acquisition Activity, Center for Health Care Contracting int ends to award a competitive set aside for (8)concerns. The requirement is for 2 10-week sessions. The following Contract Line Item(s). (Clins) are applicable to this requirement. CLIN 0001 2 10-weeks sessions. International Advanced Officers Course. Place of Performance: Fort Sam Houston, Texas.AMEDD School. 3 Jan 05 and 1 Jul 05. Qty 2, Unit: Sessions, Unit Price Total: ____ Proposals shall include: a. A completed copy of FAR 52.212-3, Representations and Certifications. B. Present/Past Performance (NOTE: Provide a minimum of three (3) references where the contractor has provided it or similar services within the last five years. Provide point of contact , phone and fax numbers of the individuals). C. Completed Schedule of Pricing (as above). 2. All interested parties must submit the performance work statement with referenced telephone numbers or addresses when submitting a proposal. (Electronic submission is preferred). 3. Responsible sources may submit a proposal, which will be considered. 4. RFQs must be received by 15 December 2004 at 300p.m.) Central Standard Time and reference the RFQ number. Proposals in response to this RFQ shall be mailed to: Cent er for Health Care Contracting, 2107 17th St., Ste 68, Ft Sam Houston, TX 78234 Hand carried: E-Mailed to (bill.bunner@amedd..army.mil. Or Barbara peterson@amedd.army.mil.) or fax to 210-221-5402.The International student instruction contains the following criteria that must be met. 1. Training International Military Students (IMSs) is a vital part of the Army Medical Department Center and School (AMEDDC&S) mission and the commanders vision statement. Stabilization of Phase I AMEDD OAC for international students is critical and can only be accomplished with the continuity of a contract instructor.2. Points of Contact are the Client Representative (CR) and Contact Officer Representative (COR). Mr. Gregg Stevens Academy of Health Sciences ATTN: MCCS HH, Bld g 2841, Rm 1123, Fort Sam Houston, TX 78234-6135 210-221-7551 Fax: 210-221-8699. The Background for this course requirement is the International Student Program (ISP) is a key component of the Armys Security Assistance Training Program. The AMEDDC&S is the executing agency for the medical training the Army offers as part of this program. A major component of the AMEDDC&S training program is International Military Student (IMS) participation in the AMEDD Officer Advance Course (OAC). Participation is br oken into two phases. In Phase I, the initial component of the course, students are provided the basic skills that enable each IMS to interact and participate in small group instruction (SGI) and to be thoroughly familiar with material in the corresponden ce sub courses in order to pass a Phase 1 exam which will allow them to successfully continue on to compete an integrated Phase II OAC. The tasks of the contractor will perform the following tasks.A. Provide classroom instructions. The contractor will con duct two iterations of Phase I OAC instruction during FY 05. The class sessions are approximately 10 weeks in length and are scheduled to begin on or about 3 Jan 05 and 1 Jul 05. B.Submit an after action reports for each iteration. The contractor will su bmit an after action report at the conclusion of each teaching iteration that describes the conduct of the class, details any problem areas, and identifies potential solutions. Reports are due NLT 7 days after the end of each Phase I iteration. C, Conduct of required classes in accordance with the class schedule published by the International Student Office.D. After Action Report as described in paragraph 4.2 above. The delivery schedule is listed: Presentation of required classes-IAW schedule and After Action Report-End of classes plus 7 working days. Place of Performance and Hours of Operation will be at the AMEDDC&S. Meetings between the government and the contrac tor will take place during the class iterations either at the request of the contractor or the government. The contractor and the government will at a time and place agree to meetings COR. Personnel of the contractor shall provide personnel possessing the skills, knowledge, and training to satisfactorily perform the services required by this work statement. Personnel performing work under this work statement shall remain employees of the contractor and will not be considered employees of the govern ment. The instructor must have prior U.S. Army experience, be a graduate of the AMEDD Officer Advance Course, and must have completed the AMEDD Faculty Development Course. Additionally, civilian or military training in cross-cultural relations is desired . He/she must have instructional proficiency that can be shown by previous successful instructional experience in a TRADOC/AMEDD school. Teaching experience must include small group settings and successful prior association with international military st udents.Performance measurement: All work shall be conducted under the general direction of the Contracting Officer or the Contracting Officer Representative. The COR will visit the classroom during class at least twice during each iteration to assess cond uct of the classes. The contractor will submit an after action report on each Phase I iteration NLT 7 days after completion of each class iteration IAW paragraph 4 above. Classroom visitation: Classes are organized and conducted IAW established AMEDDC&S s tandards as evaluated.Security Requirements: This project is Unclassified. No security clearances are required. Contractor personnel or any representative of the contractor entering the Army Medical Department Center and School shall abide by all securit y regulations and may be subject to security checks. Installation Access for entry. The contractor shall be responsible for assuring all contractor personnel authorized to perform work under this contract obtain installation access as required by AMEDD Mem orandum Number 190-2. Any government-furnished identification shall be returned to the government when the employee no longer performs work under this contract. Costing: This project will be executed on a fixed price basis. Furnished items by contractor: There is no contractor furnished items in this contract. Government furnished facilities and equipment: The government will furnish classroom space, teaching materials, office space, and computer support. The period of performance is on or about 3 January 2005 to 30 September 2005.Travel required: There is no travel anticipated in support of this contract. If travel is required, a contract modification will be submitted. Deliveries if required. All deliverables shall be delivered to the COR no later than the date specified in the SOW. Deliverables may be provided in either hard or soft copy. E-mail is an acceptable delivery method. Acceptance and Inspection.In the absence of other agreements negotiated with respect to time provided for government review, deliverables will be inspected and the cont ractor notified of the CORs findings within 10 workdays of normally scheduled review. If the deliverables are not acceptable, the COR will notify the CHCC immediately. Procedures for payment: Billing and payment shall be accomplished in accordance with t he contract. The contractor shall submit the invoice for certification by the COR. The contractors invoice will be based on delivery of the contracted deliverables in accordance with the schedule as indicated above. The contractor may invoice only for the products and unique services included in the contract. The COR will forward the certified invoice to the Center for Healthcare Contracting (CHCC) for processing against the contract and forwarding to DFAS for payment. Recap for International Student T ask Inventory Summary: a. There are 117 Didactic Classroom Hours. There are 30 Hours dedicated to the Computer Lab (1 Hour daily for six (6) Weeks to both learn and hone skills for formal presentations) c. There are 33 Hours dedicated for Site Visits d. T here are 11 Hours dedicated for Guests Speakerse.There are 14 Hours for Re-Teach and Practice Tests Based on the summary stated above, there are 205 hours, which are divided by 5 working days per week (Typical Duty Day is: 0830-1130 - 1230-1530). This eq uals to 34.16 days. This makes a total of 7.83 weeks; 6.83 weeks in San Antonio and one week in Washington, D C. NOTE: 1 Week TDY can be saved by ensuring that PHASE II begins the Monday after graduation. Courses are as follows: 004 Organization and Functions of the AMEDD, 7 hours. 420 Combat Health Support, 16 hours.420 Combat Health Support, 16 hours. 478 TAADS and Joint Ops, 4 hours., 482 Commander and Staff, 4 Hours.409 Army Leadership, 8 hours. 410 Leader Training Responsibilities,3 hours., 430 Patient Administration, 5 hours., 431 Casualty Reporting,4 hours.,406 DICAL Logistics Management,2 hours., 407 Medical Logistics Management, 9 hours. 446 Chemical/Biological Aspects of NBC, 2 hours.,447 Effects of Nuclear Energy, 7 hours., 460 Military Law, 6 hours.,405 Military Medical History, 4 hours., 404 Battle Analysis Methodology, 9 hours. 424 Soldier and Family Support, 14 hours., 408 Resource Management, 6 hours., and 400 Mobilization for AMEDD Personnel (Military History, Section teaches these two blocks of instruct Total Hours 117. FINAL RECAP FOR INTERNATIONAL STUDENT TASK INVENTORY LIST: One hour daily is set aside (1430-1530) to enable students to learn and hone their skills. They are charged with the responsibility of making six formal presentations. In addition to the six scheduled presentations, they also present group briefings in B attle Analysis as well as an impromptu presentation on their impression of the Washington, DC trip. FINAL RECAP FOR INTERNATIONAL STUDENT TASK INVENTORY LIST OFF-SITE VISITS MUSIO 4 Hours, LTC Directed. NCO Academy, 3 Hours Leadership BAMC Tour 4 Hours Following PAD SA Forensic Lab and Jail 6 Hours W/Legal Block AMEDD Museum 3 Hours W/History Block Phase II Classroom 4 Hours LTC Directed 91W Hands On Exercise 5 Hours LTC Directed GPRMC 4 Hours Operational FINAL RECAP FOR INTERNATIONAL STUDENT TASK INVENTORY LIST GUEST SPEAKERS: Chief, Leader Training Center, Introduction to Course 1 Hour Field Grade Rated Aviator, DUSTOFF, Aero-Medical Evacuation, 1 Hour Retired CSM/SGM, Senior NCO Responsibilities 1 Hour Commander, DMRTI/C-4 Course 2 Hours Senior USAR/ARNG Officers/NCOs on Reserve Integration 3 Hours DR. Dave Manglesdorf, Medical Research/Internet TBD FINAL RECAP FOR INTERNATIONAL STUDENT TASK INVENTORY LIST OF PRACTICE TESTS: DIVISION, CORPS, TAADS, COMMAND AND STAFF, LEADER TRAINING RESPONSIBILITIES, PATIENT ADMINISTRATION, LOGISTICS, NBC BRANCH, MILITARY LAW, MILITARY HISTORY, RESOUREC MANAGEMENT, AND MOBILIZATION. EACH COURSE EXCEPT MOBILIZATION IS FOR 1 HOU R. MOBILIZATION IS 2 HOURS. TESTS ARE GIVEN FOR PRACTICE FINAL WITH REVIEW.
- Place of Performance
- Address: Academy of Health Sciences ATTN:MCSS HH Bldg 2841 Rm 1123 Fort Sam Houston TX
- Zip Code: 78234-6135
- Country: US
- Zip Code: 78234-6135
- Record
- SN00718028-W 20041209/041207212036 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |