Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2010 FBO #2966
SOLICITATION NOTICE

69 -- EMT Basic Training Services

Notice Date
1/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
M20364 USMC CHEMICAL BIOLOGICAL INCIDENT RESPONSE FORCE 4th Marine Expeditionary Brigade (AT) NSWC, 101 Strauss Avenue, Bldg. 901 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
M2036410Q0002
 
Point of Contact
SSgt. Brent J Patterson (301)-744-2094 Capt. Ingle, Steven L. (301)-744-1087
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation to satisfy the government's requirement for commercial item(s)/service(s) per format in subpart part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only publication; quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) and the solicitation number is M2036410Q0002. Documentation number is M2036410SU00039. This solicitation is UNRESTRICTED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. The North American Industrial Classification System (NAICS) for this requirement is 611310. Size Standard is $7.0 Mil. The purpose of this solicitation is to procure the commercial item/service listed below: Line Item 1: Emergency Medical Technicians Basic Course Qty. 80 each(80 students per year; 20 students per class; 4 classes per fiscal year)(Period of Performance from March 1st 2010 to September 30th 2011) Line Item 2: Optional Refresher Course Qty. 20 each(20 students per year; 10 students per class; 2 classes per fiscal year)(Period of Performance from March 1st 2010 to September 30th 2011) Line Item 3: 1st Option Year Qty. 80 each(Period of Performance from October 1st 2010 to September 30th 2011) Line Item 4: 1st Option Year Qty. 20 each(Period of Performance from October 1st 2010 to September 30th 2011) Line Item 5: 2nd Option YearQty. 80 each(Period of Performance from October 1st 2011 to September 30th 2012) Line Item 6: 2nd Option YearQty. 20 each(Period of Performance from October 1st 2011 to September 30th 2012) Statement of Work:BackgroundMarines and Sailors assigned to the Chemical Biological Incident Response Force with job duties of technical rescue and extract are required to be trained to the Emergency Medical Technician -Basic level. Training course must be conducted within a four week time period and meet the USDOT and National Registry of Emergency Medical Technicians (NREMT) training standards, and testing and certification guidelines. Upon completion of the course, the students will sit for the National EMT certification exam and State of Maryland EMT equivalent exam and participate in local EMS ride along programs within the DC metropolitan area.ObjectivesThis section should provide a concise overview of:.Marines and Sailors upon completion of the course will demonstrate proficiency in didactic and hands-on clinical skills and successfully pass National and Maryland EMT certification, as defined by the national standards..Marines and Sailors will apply EMT-B knowledge and skills as first responders during forward deployed operations, thus acting as a force multiplier and improve the lifesaving mission of the organization.ScopeCBIRF expects the vendor to conduct up to 4 EMT-B (4 week/120 hr) courses with certification testing for up to 20 students per course within fiscal year, with 2 option years added to this requirement for ongoing services. Provide an optional refresher course annually or twice a year for up to 10 students per course. Tasks.For a Detailed Statement of Work: ?Prospective contractor will produce well educated and competent students upon completion of the course with accumulative grade point averages of 80% or greater, and successful proficiency of clinical skills required to successfully pass the NREMT and State of Maryland certification. If students fail to meet this requirement, contractor must provide remedial training. ?Prospective contractor will provide 4-weeks/120 hours of course work (up to 4 courses in a year with up to 20 students per course) as defined by the USDOT and National Registry of Emergency Medical Technicians and State of Maryland testing and certification guidelines.?Prospective vendor will allow for adequate travel time and lunch and periodic breaks during the day. ?Prospective vendor must be flexible in their scheduling timelines to accommodate CBIRF's operational commitments that can be unexpected.?Prospective contractor must supply all consumable materials, equipment, books and comfortable training facility for students. Training facility will be no more than 50 miles from NSF Indian Head, MD. ?Prospective contractor must provide testing for both State of Maryland and NREMT certifications, as well as ambulance ride along programs within DC or Charles/PG County area.?Prospective contractor must provide timely feedback to CBIRF Training Department Head on any administrative problems and progress of its students to mitigate any disruption of the course and maximum passing rate for students. ?Prospective contractor must provide reasonable remediation and retest of students who fail the initial course or practical proficiency testing within 30 days of course or on date that is agreed upon by both parties, CBIRF and prospective contractor. 3.1Task Areas: Components of EMT-B course must meet USDOT guidelines & National Standard EMT Curriculum:Unit 1 Preparatory Well-Being of the EMT, Medical-Legal and Ethical issues, an overview of the human body, lifting and moving patients. Unit 2 Airway Management and Ventilation BLS Airway management, oxygen therapy, airway adjuncts, and suctioning. Unit 3 Patient Assessment Initial, Focused - Trauma, Focused - Medical, Detailed, and On-Going assessments. Communications and documentation. Unit 4 Medical Emergencies Respiratory, cardiac, altered mental status, environmental, behavioral, poisoning, allergy, childbirth and GYN related emergencies. Unit 5 Trauma Emergencies Bleeding, shock, soft tissue injuries, musculoskeletal injuries, head, spine chest and abdominal injuries. Unit 6 Special Considerations Emergency care specific to Pediatric and Geriatric patients. Unit 7 Ambulance Operations General EMS operations, gaining access to patients, hazardous materials recognition, and multiple casualty incident management 3.2Project Milestones/Completion Dates (courses are projected for planning purposes and may be subject to change due to operational commitments)Task NumberWorkMilestonesProjectedCompletion Date4.1First EMT-B course08 Feb-02 Mar 10Alternate dates for first EMT-B course05-30 Apr 10Second EMT-B course03-28 May 10Third EMT-B course31May-25 Jun 10Fourth EMT-B course08 Sep -01 Oct 104.2Optional: EMT-R Coursepending4.1Task 1 - EMT-Basic CourseSee above Task Areas for a breakdown of work to be performed. 4.2Task 2 - EMT- Refresher Course (optional)Prospective contractor will provide proposed EMT-R curriculum and pricing for up to 10 students/course. If time permits in FY10, CBIRF may choose to fund course on an as needed basis. Delivery.Prospective contractor must deliver a high quality EMT-Basic course with qualified/certified instructors, as defined by the USDOT and NREMT standards..Prospective contractor must deliver up to four 4-consecutive week EMT-B courses within FY2010 with the first course projected start date of 02 Feb 10 or alternate date of 05-30 Apr 10, depending on operational commitments in February. The additional 4-weeks courses will follow on separate months with a completion date no later than 30 Sept 2010 (see above Projected Completion Dates). Courses will accommodate up to 20 students..Prospective contractor must attempt to conduct the course in local training facility located off NSF Indian Head base and within 50 miles of NSF Indian Head. Location must be clean, spacious, and comfortable for students attending the course..Prospective contractor must supply all consumable materials, books, equipment and training facility required to conduct course..Prospective contractor must arrange for dedicated ambulance ride along program to meet course requirements..Prospective contractor must provide/facilitate certification testing for NREMT and State of Maryland for students, as part of course costs and proposal..Prospective contractor must provide a roster and score summary sheet of student performance and pass / fail rate of students upon completion of the course and/or certification..Prospective contractor must provide itemized summary invoice of course fees upon delivery of services/completion of course to expedite payment via Wide Area Workflow. Prospective contractor must establish an account through Wide Area Workflow to receive payment prior to initiation of the first course. Deliverable Schedule DeliverableDescriptionQuantity/MediaDate Completed1Course Curriculum / course schedule timeline1-2 copies / legible electronic mediaWithin 14 days of awarding of contractGovernment review (as applicable)Within 5-7 daysResubmit with Government comments 1-2 copies / legible electronic mediaWithin 5-7 days2Availability of projected training datese-mailWithin 14 days of awarding contract3State of Maryland and NREMT testing 20 per course / electronic or hard copy testingWithin 30 days of course completion4Summary scores / pass/ failuresConfidential e-mailWithin 10 working days of completion of course5Itemized invoiceSubmitted through WAWFWithin 7 working days of completion of course Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI)CBIRF will provide transportation for its students to and from the training facility and box lunches to eligible students. Travel Training facility must be within 50 miles of NSF Indian Head, MD. Dedicated parking required to accommodate two 15-passenger vans or bus. Special Material RequirementsMedical books, material and equipment must be provided by the contractor to allow for realistic training environment for students.Other Unique RequirementsSchedule flexibility is required to meet the operational mission of CBIRF. Prospective contractor must allow short notice changes to schedules to accommodate operation mission of CBIRF. Place of PerformancePerformance of course will be conducted at the Contractor's facility. Ambulance ride along programs will be conducted within DC and/or within 50 miles of NSF Indian Head. (Charles County or acceptable alternative)Period of PerformanceFirst EMT-B course08 Feb-02 Mar 10Alternate dates for first EMT-B course05-30 Apr 10Second EMT-B course03-28 May 10Third EMT-B course31May-25 Jun 10Fourth EMT-B course08 Sep -01 Oct 10Optional: EMT-R Coursepending - End of Statement of Work - Continuation of combined synopsis/solicitation:The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers. Commercial Items; FAR 52.212-2 Evaluation- Comercial Items; FAR 52.212-3 Offeror Representations and Certifications. Commercial Items; FAR 52.212-4 Contract Terms and Conditions. Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders; FAR 52.203-7 Anti-kickback Procedures; FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; FAR 52.202-1 FAR Definitions; Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate, and DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 WITH THEIR QUOTE, these clauses can be found at www.acquisition.gov/far/index.html. The Offeror is required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. DFAR 252.204-7004 (Sept 2007) Offerors are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database, DFAR 252.232-7003 (MAR 2007). For WAWF-RA at http://wawf.eb.mil. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website (www.ccr.dlsc.dla.mil). Offerors must be registered prior to receiving an award for this solicitation or for any future awards. Offeror responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Per FAR 52.212-2, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors that shall be used to evaluate offers will be Best Value, where past performance and price is of importance during the source selection. When compared between the evaluation factors, past performance will be more important than price. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The closing date for this solicitation is 5 February 2010 by 1600, EST. Offeror is responsible to ensure submitted quote has been received and legible. Submit Quote to brent.patterson@usmc.mil or fax to (301)-744-2018. Please inform SSgt. Brent J Patterson via email prior to submitting any offers thru mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M20002/M2036410Q0002/listing.html)
 
Record
SN02035047-W 20100107/100106000032-b4c13ab9142bb8f1f86192acb31d1eac (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.