Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
SOLICITATION NOTICE

U -- Critical Care Technician Course

Notice Date
8/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611210 — Junior Colleges
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4F4AC2059AG01
 
Archive Date
8/29/2012
 
Point of Contact
Mohamed Hussein, Phone: 9375224594
 
E-Mail Address
mohamed.hussein@wpafb.af.mil
(mohamed.hussein@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Details Solicitation #: F4F4AC2059AG01 Procurement Type: Combined Synopsis/Solicitation Date Posted: August 1, 2012 Title: Critical Care Technician Course Classification Code: U -- Education & training services NAICS Code: 611210 -- Junior Colleges Is this a Recovery and Reinvestment Act Action?: No Response Date: Aug 14, 2012 5:00 pm Eastern Primary Point of Contact.: Mohamed Hussein, Contract Specialist mohamed.hussein@wpafb.af.mil Phone: 9375224594 Description: CRITICAL CARE TECHNICIAN COURSE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information requested in this notice. This announcement constitutes the only solicitation; and proposals are being requested. I. Introduction The Air Force has a requirement for two (2) Critical Care Technician Course sessions with preferred dates of 17 - 21 September 2012 and 15 - 19 Apr 2013. The purpose of the Critical Care Technician Course is to help medical technicians transition into successful members of the critical care team. The emphasis is placed on those topics and skills that are routinely needed in the Intensive Care Units. In 2009 two classes were contracted. Those two classes each had full rosters of 20 students. The estimated number of students per class session is 20. 1. Scope of Work The Contractor shall provide all personnel, equipment, material, and other items and services necessary to conduct a training course designed to sustain the high demand/low density skill set of Air Force critical care technicians designated as such by special experience identifier 487. 2. Requirements These two one-week courses will consist of lecture and practical lab sessions with heavy emphasis on wartime scenarios. After successfully completing the course the student should be awarded 40 contact hours from the National Registry of Emergency Medical Technicians. Following is a list of skills identified as necessary for successful course completion. The curriculum should be based on Thelan's Critical Care Nursing & the Core Curriculum of Critical Care Nursing. The course must be taught in such a way that students will demonstrate success in each of the following areas: • Obtaining ankle brachial index • Performing transurethral bladder pressures • Set-up and assist with diagnostic peritoneal lavage • Assisting with ice-water caloric testing • Assist with ventriculostomy placement • Fiber-optic intracranial pressure monitoring • Synchronized cardioversion • Set-up and assist with transcutaneous pacing • Set-up and assist with transvenous pacing • Assist with intraaortic balloon pump monitoring • Drawing mixed venous blood samples • Set and assist with intubation/extubation • Endotracheal/tracheostomy Suctioning • Monitor patient on mechanical ventilation (vent modes) • Assist with percutaneous (bedside) tracheostomy placement • Set-up and Assist with pericardiocentesis • Set-up and assist with paracentesis • Set up and assist with lumbar puncture • Set up and assist with esophagogastric tamponade tube placement • Set up and assist with tonometric nasogastric sump placement/operation • Hemodynamics (waveform recognition • Critical patient transport considerations • Assist with medical examinations/special procedures • Mechanical ventilation classifications • Perform ventilator alarm/circuit troubleshooting • Principles of patient management • Principles of arterial blood gas values • Setup and assist with cardiovascular procedures • Perform/obtain measurements and operations • Assist with neurovascular procedures • Perform/monitor special neurovascular procedures • Principles and management of hemodialysis 3. Performance. Training will be accomplished at least two times per year 7:00 a.m. through 4:00 p.m. Eastern Standard Time, Monday through Friday. Within two days of award, the contractor shall provide the name and telephone number of a primary point of contact (POC). 4. 88th Medical Group POC A government POC will be identified by name and furnished to the contractor within one week of award. 5. Class Material Shipments and Installation Access All training materials will be shipped to the attention of the POC name for delivery/receipt at: Bldg 830 4881 Sugar Maple Dr. WPAFB OH 45433-7734 All Contractors will report to 88 ABW Pass and Registration for access to Wright-Patterson AFB II. Price The resulting procurement vehicle will be a Fixed Price Requirements contract and does not guarantee a specific order or quantity from the government. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 212-3, Representations and Certifications. The Government's preferred method is On-line Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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: Technical Capability (i.e. the capability of the offeror to provide the items described in this solicitation) and price. The quotations may be in any format, but MUST include: 1) Proposing company's name, address, CAGE Code and phone; 2) Point-of-contact's name, phone, and email address; 3) Quotation number & date; 4) Price Information in the format described above; 5) Total Price; 6) Applicable discounts; 7) Payment terms; 8)Time frame that the quotation is valid (at least 60 days); 9) Technical Capability Information (See above); and 10) Warranty Information (if applicable). Quotations MUST also contain a complete description of the product offered that clearly shows an understanding of the requirement and that meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. The award will go to the lowest priced, technically acceptable quotation. III. IMPORTANT NOTICE TO CONTRACTORS All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests and 52.232-36, Payment by Government Purchase Card. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF - RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. NAICS Codes to be used for this acquisition is 611210 - Junior Colleges. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. All documentation shall become the property of the Government. Firms responding must indicate the following information: The business size (large, small business, or small disadvantaged business), whether a veteran owned small business or HUBZone certified, and whether in the 8(a) program. Indicate the appropriate NAICS code. IV. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical capability and price FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.216-18, Ordering, in solicitation and contracts when a definite-quantity contract, a requirements contract, or an IDIQ is contemplated FAR 52.216-21, Requirements The following clauses are incorporated by text and apply to this acquisition: FAR 52.212-3, Offeror Representations and Certifications FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. The clauses that follow are applicable to this purchase: FAR 52.222-3 Convict Labor FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-37, Multiple Payment Arrangements 52.232-36, Payment by Third Party DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Orders-Commercial Items. The clauses that are marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7006, Wide Area Workflow Payment Instructions All Quotations and Responses must be received no later than 12:00 PM, Eastern Standard Time on 14 Aug 2012. Submittal of quotations in response to this FBO posting constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting Purchase Order. Please email to mohamed.hussein@wpafb.af.mil or send requested information to: AFLCMC/PKOAB Attn: Mohamed Hussein 1940 Allbrook Drive, Suite3 WPAFB, OH 45433 Any questions should be directed to Mohamed Hussein at (937)522-4594 or mohamed.hussein@wpafb.af.mil Place of Contract Performance: Bldg 830 4881 Sugar Maple Dr. WPAFB, Ohio 45433 United States Archiving Policy: Automatic, 15 days after response date Allow Vendors To Add/Remove From Interested Vendors: Yes Allow Vendors To View Interested Vendors List: Yes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4F4AC2059AG01/listing.html)
 
Place of Performance
Address: Bldg 830, 4881 Sugar Maple Dr., WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02823710-W 20120803/120802000629-12633671f80edf9dab283280175b9d45 (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.