Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2011 FBO #3329
SOLICITATION NOTICE

U -- Tactical Combat Casualty Care Training

Notice Date
1/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-11-R-0501
 
Archive Date
1/28/2011
 
Point of Contact
LaVerne L Whitfield, Phone: 757-763-4430, Ruby Phillips, Phone: 757-763-4432
 
E-Mail Address
whitfield_a@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
(whitfield_a@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-11-T-0501. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-46, effective 29 October 2010 and DFARS Change Notice 2010-2010112. The DPAS Rating for this solicitation is DO. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The North American Industrial Classification (NAICS) code is 611710, the Small Business Standard is $7.0 Mil. This 100% Small Business. The Naval Special Warfare Group Four Request responses from all qualified sources capable of providing Tactical Casualty Care training services in accordance with the Statement of Work provided below: Training shall be in support of Naval Special Warfare Group Four, 2220 Schofield Road, Virginia Beach, VA 23459, Special Boat Team Twenty-Two, 2603 Lower Gainesville Road, Stennis Space Center, MS, Special Boat Team Twelve, 3402 Tarawa Road, San Diego, CA. 92155 and Naval Special Warfare Group 1, Coronado, CA. Training shall be in support an estimated 60 students per location. The period of Performance shall be upon issuance of a purchase order. All performance shall be completed no later than 30 September 2011. Place of Performance: Contractor's and Government's Facility. The contractor's facility must be located within 50 miles of the Joint Expeditionary Base, Little Creek/Fort Story in Virginia Beach, VA. For the distance training requirements, the contractor's facility must be located within 50 miles of other NSWG-4 locations to include; Special Boat Team Twenty, Stennis, MS, Special Boat Team Twelve and NSWG-1 Coronado, CA. This requirement is FOB Destination. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.202-1 Definitions (JUL 2004), 52.203-3 Gratuities (Apr 1984), 2.203-6 Restrictions On Subcontractor Sales To The Government (SEP 2006), 52.203-6 ALT 1 (Oct 1995), Restriction on Subcontractor Sales to the Government (Sep 2006), 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions (SEP 2007), 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (SEP 2007), 52.204-4 Printed or Copied Double Sided on Recycled Paper (AUG 2000), Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.209-5 Certification Regarding Responsibility Matters (APR 2010), 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), 52. 211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness and Energy Program Use (APR 2008), 52.212-3 Offeror Representations and Certification-Commercial Items (AUG 2009), 52.212-3 and its ALT I (APR 2002), (Aug 2008) Alternate I, Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation)(JUL 2010), 52.219-27 Notice of total Service-Disabled Veteran-Owned Small Business Set-aside (MAY 2004). 52.222-36 Affirmative Action For Workers With Disabilities (JUN 1998), 52.222-50 Combating Trafficking in Persons (FEB 2009), 52.233-1 Disputes (JUL 2002). The following clauses are applicable to this solicitation: 52.222-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003,) 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Destination (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (JUN 2010) (Deviation), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (May 2008), 252.243-7001 Pricing of Contract Modifications (Nov 2005), 5652.204-9000 Individual Authorized to Sign (2003), 5652.233-9000 Independent Review of Agency Protests (2009) and 5652.237-9000. Quoters shall include the quoter's price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include per student cost and overall total price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. Proposal shall address the following Cin. Item number: 0001 Operator Initiated Care Basic Course Special Boat Team 22 Stennis Space Center, MS Quantity: 60, Unit of issue: Student, Total Cost. Item number 0002 Operator Initiated Care Basic Course Special 20 and Naval Special Warfare Group Four, Virginia Beach, VA. Quantity: 40, Unit of issue: Student, Total Cost: Item number 0003 Operator Initiated Care Basic Course Special Boat Team 12, San Diego, CA and Coronado, Quantity 37, Unit of Issue: Student, Total Cost. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) 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 following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. The awarded must be approved by SOCOM as a vendor to conduct this type of training. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 2:00 PM (Eastern Standard Time) on 13 Jan 2011. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 763-4430 or email whitfield_a@nsweast.socom.mil. STATEMENT OF WORK •1.0 SCOPE The contractor shall provide training in tactical medical care of combat casualties, which includes didactic and practical hands on components at the non-medical professional level, for deploying Naval Special Warfare Group Four (NSWG-4) personnel. •2.0 REFERENCE Pre-Hospital Trauma Life Support /Tactical Combat Casualty Care protocols (PHTLS/TCCC) as established by the National Association of Emergency Medical Technicians and the American College of Surgeons Committee on Trauma. •3.0 REQUIREMENTS 3.1 The training shall include a three day emergency medical course of instruction focused on combat tactical first aid for non-medical type operators and deploying support personnel with limited prior medical training: All training shall be accomplished at the contractor's facility or suitable military training area as applicable, which must be located within 50 miles of Joint Expeditionary Base, Little Creek/Fort Story, Virginia Beach, VA. For distance training requirements, the contractor facility must be located within 50 miles of other NSWG-4 locations to include; Special Boat Team Twenty, Stennis, MS, Special Boat Team Twelve and NSWG-1 Coronado, CA. Three courses of instruction are required for the first and fourth quarters of fiscal year 2011. Course dates shall be coordinated between the vendor and the NSWG-4 POC. Steve Peterson, Telephone number 757-763-4054. 3.2 Each class shall contain between 23 and 60 students with an instructor/Live Patient Model (LPM) to student ratio of 1:6 for Medical Skills Labs with the exception of Medical Mission Profile practical exercises with a 1:4 instructor/LPM to student ratio. The number of personnel requiring training is 247. Locations are as follows: SBT-12 (3402 Tarawa Road, San Diego, CA); SBT-20 (2220 Schofield Road, Virginia Beach, VA); SBT-22 (2603 Lower Gainesville Road, Stennis Space Center, MS). 3.3 Instructors shall have recent or current experience as certified National Registry of Emergency Medical Technicians (NREMT) - Paramedics, Air Force Para-rescue men, Army 18D Special Operations Medical Sergeant, US Navy Corpsmen NEC 8403/8494/8425 or other trauma certified medical professionals (i.e. foreign military) of the same certification level or greater. They must be skilled in the care and handling of live tissue patient models and knowledgeable in the anatomical differences and similarities to the human model. They must p ossess full understanding of tactical military operations, be fully trained in the theory and application of Military appropriate volume expanding and blood clotting agents, be fully trained and knowledgeable in the latest emergency medical devices for both military and civilian Pre-Hospital Trauma Life Support (PHTLS/TCCC) applications. 3.4 Contractor shall be reviewed by a Department of Defense (DOD) medical officer and veterinarian with final review, meet United States Special Operations Command (USSOCOM) Command Surgeon (CS) requirements for attendance by Special Operations Forces (SOF). All Federal Laws, DoD, Navy and SOCOM instructions, directives, policies and messages regarding the care and monitoring of Live Patient Training models shall be strictly adhered to. 3.5 For Medical Skills Lab, the contractor shall provide all medical supplies to support live tissue and product demonstrations including but not limited to gloves, gauze sponges, scalpels, sutures, IV's, bag valve mask (BVM), various bandaging materials, tourniquets, hemostatic agents and all applicable medications for live tissue demonstration and application training. 3.5.1 For Medical Mission Profiles, the contractor shall provide all medical supplies to support mechanical wounding and treatment of LPM's to include but not limited to gloves, gauze sponges, scalpels, sutures, IV's, bag valve masks, MET Tourniquets and all applicable medications. Training treatment kits shall mirror the NSWG-4 IFAK contents to include: Two 4"x4.5 yard roller gauze, one nasopharyngeal airway 32 French, 1 "H" Dressing; one Bolin Chest Seal, two Quick Clot Combat Gauze, two 3.25" 14 gauge catheters and one MET Tourniquet. 3.6 Contractor shall provide a veterinarian that is fully licensed and credentialed to practice in Virginia and other local training locations in accordance with appropriate governing authorities and be on site for all live tissue evolutions. 3.7 Contractor shall have all land permits and insurance coverage to support the legal conduct of this training at their facility or military reserve/training range; all local, state, and federal permits pertaining to live tissue training; adhere to all applicable regulations for disposal of animals, animal products, and other medical waste; ensure all participants adhere to all local, state and federal regulations. 3.8 Each class shall cover the following: 3.8.1 Live tissue demonstration of traumatic affects on anatomical structures with no more than six (6) students per patient in a controlled formal teaching environment. 3.8.2 Trauma scenario based group student evaluation in live tissue patient model with a minimum of one primary operator scenario per 4 students; no more than four scenarios per patient; shall be of a water or land based patrol/forward operating base setting and treatments shall run from pre-injury to post-evacuation transport. 3.9 Students who are unable to show proficiency in the basic terminal objectives of PHTLS/TCCC will be remediated on site until the terminal objectives are completed successfully. 4.0 GOVERNMENT FURNISHED MATERIAL The Government will be responsible for providing each student with rubber weapons, personal tactical equipment (1 st and 2 nd line equipment items), note- taking material, food and water as required. 5.0 DELIVERABLES A list of attendees successfully completing the class shall be provided to the NSWG-4 POC within 30 days after the end of each class, as well as, completed student course critiques... POC at NSWG-4 is MR. Steve Peterson, (757) 763-4054, email: steven.peterson @nsweast.socom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-11-R-0501/listing.html)
 
Place of Performance
Address: Various locations as cited;, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02353294-W 20110105/110103234043-0953555e1fac1c89e5c5e78465f6e812 (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.