Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2016 FBO #5315
MODIFICATION

U -- Training Instructor Operator Support Services (TRIOSS)

Notice Date
6/10/2016
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KKIO0001-2
 
Point of Contact
Monica J. Escalante, Phone: 4072085098
 
E-Mail Address
monica.j.escalante.civ@mail.mil
(monica.j.escalante.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this announcement is to notify industry of the requirement changes to the TRIOSS procurement. The primary catalyst of this third SSN is the pattern of industry concern, recognized in evaluating the initial SSN responses, regarding the apparent broad scope of the TRIOSS requirement. Due to the market research information provided by industry, this requirement will concentrate on the Instructor/Operators support services for the Medical Simulation Training Centers (MSTC) and the Defense Health Administration (DHA) Medical Modeling and Simulation Training (MMAST). All of the other requirements will be met via upcoming ACC-Orlando procurements. 1. DESCRIPTION THIS SOURCES SOUGHT IS INTENDED FOR SMALL BUSINESS ONLY. As large businesses are not permitted to respond, small businesses in all socioeconomic categories (including 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to respond with capabilities and recommendations in meeting this requirement to support a small business set-aside. If your company previously responded to the initial SSN, the Government requests your company provide an additional response, addressing the specific concerns outlined in Paragraph 5 of this notice. 2. BACKGROUND The requirements within TRIOSS are currently being satisfied by PEO STRI through existing IDIQ contract vehicles, inclusive of the Warfighter FOCUS (WFF) contract and Medical Modeling and Simulation Training (MMAST) contract. The U.S Army Contracting Command, Orlando (ACC-ORL) is currently considering the utilization of a Single Award Indefinite Delivery/Indefinite Quantity (SA-IDIQ) contract to satisfy these service requirements. The Government has selected North American Industrial Code System (NAICS) code 541990 - All Other Professional, Scientific, and Technical Services, with an associated size standard of $15M/Annually as part of its strategy. The anticipated ceiling value for the TRIOSS acquisition is estimated to be $195M. 3. PURPOSE Based on analysis from the initial TRIOSS SSN posted on 22 June 2015, PEO STRI is considering setting this requirement aside for small businesses to follow-on existing Training Aids, Devices, Simulators and Simulations (TADSS) related I/O support services, if market research supports doing so. The primary catalyst of the second SSN, issued 30 April 2015, was the pattern of industry concern, recognized in evaluating the initial SSN responses, regarding the apparent broad scope of the TRIOSS requirement. In an effort to further refine its acquisition strategy as well as mitigate potential risks, ACC-ORL is providing industry with supplementary information to facilitate in answering the questions outlined in paragraph 5 of this notice. The intent of Sources Sought Notice #3 is to identify small businesses capable of seamlessly managing the revised scope of the TRIOSS acquisition (outlined in para. 4 below), as well as propose viable approaches to challenges that may be encountered in implementing a multi-faceted I/O services acquisition. NOTE: This potential contract would require rapid execution (e.g. 3-6 week turnaround for proposal preparation, negotiations and award of task orders and change orders as they arise). Associated task orders would require the contractor(s) to provide a highly competent and culturally sensitive workforce capable of satisfying a breadth of unique services located at both CONUS and OCONUS locations, under multiple task orders, SECRET clearances, with overlapping performance periods. A sound management approach will be required to efficiently manage the complexity and vast scope of this requirement. 4. GENERAL SCOPE The following list of programs represent historical PEO STRI TADSS-related I/O support services currently being considered for the TRIOSS acquisition. NOTE: The programs outlined below are the same requirements as those identified in the initial SSN; however, percentages of the total scope have been applied to each sub-program as well as historical Full-Time Employee (FTE) counts (sub-paragraphs ii. and iii. below). While future requirements cannot be predicted, please use the general scope provided below in answering the questions stipulated in paragraph 5 of this notice. a. MEDICAL SIMULATION TRAINING CENTERS (MSTC) i. DESCRIPTION: MSTC is a standardized family of medical training components that facilitate immersive and rigorous training in Tactical Combat Casualty Care (TCCC). The MSTC training components include a computerized bleed-breathe mannequin that is weighted and airway equipped, partial task trainers and associated equipment. Enabling technology includes audiovisual enhancements, camera surveillance capability, computer labs, and control rooms with a remotely managed training platform. ii. PERCENTAGE (%) of TOTAL SCOPE: 57.60% iii. HISTORICAL FTE COUNT: 109 iv. SUMMARY OF REQUIREMENTS: The contractor shall provide instruction and administrative management necessary to deliver scheduled medical training. v. TRAINING FOCI: MSTC Training will primarily focus on providing Tactical Combat Casualty Care (TCCC); TC8-800, Medical Education and Demonstration of Individual Competence (MEDIC); and sustainment training for the 68W Military Occupational Specialty (MOS), and Combat Life Saver (CLS) initial training and sustainment training to non-medical personnel. vi. OTHER TRAINING: Other Army Medical Department Center & School (AMEDDC&S) approved National Registry Emergency Medical Technician (NREMT) and miscellaneous courses and training events may be taught on a site-specific basis after approval by the proponent via the AMEDDC&S MSTC Program Director through the MSTC Director/Quality Assurance Representative (QAR) or their authorized representative or Command authority. vii. PLACE OF PERFORMANCE/PERSONNEL STAFFING: The contractor shall staff each MSTC sufficiently to ensure the training throughput capability to train at least 2,500 Soldiers in 68W recertification TC 8-800 requirements and/or Combat Lifesaver skills (CLS) annually using only contractor instructor personnel. The contractor shall not staff to a lesser throughput capability even if scheduled classes differ, or the number of students scheduled is lower than the aforementioned requirements, or if the installation provides military instructors. Currently the CONUS locations include -Ft Benning, GA; Ft Bliss, TX; Ft Bragg, NC; Ft Campbell, KY; Ft Carson, CO; Ft Drum, NY; Ft Hood, TX; Ft Indian Town Gap (FIG), PA ; Joint Base Lewis-McChord (former Ft Lewis), WA; Ft Riley, KS; Ft Stewart, GA; Ft Dix, NJ ; Ft McCoy, WI; Camp Atterbury, IN; Camp Dodge, IA; Camp Shelby, MS; and OCONUS locations in Ft Wainwright, AK; Vilseck, Germany; Schofield Barracks, HI; Rodriquez Range, Korea; Camp Buehring, Kuwait; and sites in Afghanistan. Other sites may be added or removed as required by the Government. b. DEFENSE HEALTH ADMINISTRATION (DHA) MEDICAL MODELING AND SIMULATION TRAINING (MMAST) i. DESCRIPTION: MMAST's program mission is to develop and use advanced learning technologies and methodologies to improve medical education and training for healthcare teams and patients, for the purpose of improving healthcare outcomes. These services are focused solely on education and training efforts, and do not involve the direct evaluation or hands-on treatment of live human patients. ii. PERCENTAGE (%) of TOTAL SCOPE: 42.40% iii. HISTORICAL FTE COUNT: 73 iv. SUMMARY OF REQUIREMENTS: Support services tasks include local Simulation Program Management, Operations and Operator Level Maintenance, Research Engineering, and Central Program Office (CPO) staff support. It delineates the duties, responsibilities, and deliverables for the selected Contractor personnel. The Air Force MMAST POC/Manager will be Chief, Medical Modernization Division (AETC/SGR), Medical Services and Training Directorate, Air Education and Training Command; the Navy MMAST (NMMAST) services are based upon mission requirements and directives from the Navy Surgeon General (N/SG), Navy Medicine Education Training Command (NMETC). Both are located at the Air Force Joint Base San Antonio-Randolph, TX. v. PLACE OF PERFORMANCE/PERSONNEL STAFFING: Currently the CONUS locations include -San Antonio, TX; Baltimore, MD; Cincinnati, OH; St Louis, MO; Camp Bullis, TX; Keesler AFB, MS; Luke AFB, Glendale/Scottsdale; Nellis AFB, NV; Travis AFB, CA; Lackland AFB, TX; Wright-Patterson AFB, OH; Eglin AFB, FL; Mountain Home AFB, ID; Joint Base Langley-Eustis, VA; Offutt AFB, NE; Scott AFB, IL; Pope AFB, NC; Ft Sam Houston, TX; and OCONUS locations in Aviano AFB, Italy; Joint Base Elmendorf-Richardson AFB, AK; Lakenheath RAF, United Kingdom; Misawa AFB, Japan; Kadena AFB, Japan; Osan AFB, Korea; Ramstein AFB, Germany; Spangdahlem AFB, Germany; and Yokota AFB, Japan. 5. MARKET RESEARCH Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the company's claim that it presently has the qualifications and capabilities to manage the performance and technical objectives described in paragraph 4 of this notice. Vendor responses are limited to ten (10) written pages (MS Word format) and should include the following: a. Page 1 - Cover Page. At a minimum, please include the following: i. Full company name and address ii. Applicable CAGE Code and/or DUNS number iii. Company Point of Contact's (POC) name, title, phone number and email address b. Page 2 - Company Overview. At a minimum, please include the following: i. Describe briefly the capabilities of your organization and the nature of the services you provide c. Pages 3-8 - Scope Allocation & Team Composition. At a minimum, please include the following: i. In accordance with FAR 52.219-14 (c) (1) - Limitations on Subcontracting, please elaborate how your organization would strategically manage the anticipated scope of TRIOSS, while also performing at least 50 percent of the work. Please address any subcontractor workshare allocations being considered. NOTE: Company names of potential teaming partners do not need to be provided at this time. The purpose of this question is to determine if two or more small businesses are capable of proficiently managing the entire anticipated scope of TRIOSS, while also adhering to FAR 52.219-14 (c) (1). Please use the sub-program size percentages provided under paragraph 4 in identifying which portions of the scope your organization would perform and which portions you would utilize the capabilities of teaming partners. a. For portions of the scope your organization anticipates self-performing, please identify no more than 2 relevant past performance examples accomplished within the last 3 years. Include contract name(s), contract number(s), prime or subcontractor, and a brief description of the work your company specifically performed. d. Pages 9-10 - Acquisition Strategy Risks. At a minimum, please include the following: i. Considering the expansive and diverse scope of TRIOSS, please address any potential risks associated with the utilization of a Single Award Indefinite Delivery/Indefinite Quantity (SA-IDIQ) Small Business Set-Aside contract. How do you propose to mitigate these risk(s)? ii. If you are unable to comply and/or find difficulties in complying with FAR 52.219-14 (c) (1), how would your organization recommend the acquisition strategy be altered to facilitate competition by and among small business concerns? 6. SUBMISSION INSTRUCTIONS There is a 10 page limit for each company white paper submitted. Responses shall be prepared using Microsoft (MS) Word in a format readable and usable by MS Word 2013, with a font no smaller than standard 10-point Times New Roman. Data in addition to that which is solicited in paragraph 5 of this notice will not be considered, and no other document formats will be accepted. Interested contractors are requested to submit their responses via email by June 24, 2016, no later than (NLT) 1:00 PM EST, to usarmy.orlando.peo-stri.mbx.trioss@mail.mil. PROPRIETARY DATA: All submittals containing proprietary data must be appropriately marked. It is the respondent's responsibility to clearly define to the Government what is considered to be proprietary data. The Government reserves the right to make public any information that would provide clarification on the requirement for industry in preparing for proposals. Responders are advised that any data submitted to the Government in response to this notice may be released to non-Government program support contractors for review and analysis. These personnel will have a Non-Disclosure Agreement in place. 7. DISCLAIMER This request for information is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP) or a commitment by the U.S. Government, nor should it be construed as such. Submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. There shall be no basis for claims against the Government as a result of any information submitted in response to this sources sought. Respondents are advised that all submissions become government property and will not be returned. The Government is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this sources sought notice. This notice can be accessed through FedBizOpps announcements. The Government will continue to provide information, draft documents and other program updates on www.fbo.gov website as they become available. FedBizOpps is the authoritative source for this requirement. Industry is highly encouraged to monitor this website for future postings. Upon analysis of the information solicited in this request and through collaboration with TRIOSS stakeholders, to include industry, the Government will refine its strategy. Based on the responses to this notice, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition, and multiple awards may be made. This notice is open to any capable and qualified small business concern, and partnering is encouraged. All correspondence/questions regarding this notice shall be directed to the acting Contracting Officer / ACC-ORL Division Chief, Mr. Jack Rowe, via the following email address: usarmy.orlando.peo-stri.mbx.trioss@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1cbb45a1d6ad4f2163f4627ac69a56b7)
 
Place of Performance
Address: Army Contracting Command (ACC)-Orlando, 12211 Science Dr., Orlando, Florida, 32826-3224, United States
Zip Code: 32826-3224
 
Record
SN04145752-W 20160612/160610234055-1cbb45a1d6ad4f2163f4627ac69a56b7 (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.