Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2016 FBO #5476
SOURCES SOUGHT

69 -- Swedish Remedy - Military

Notice Date
11/18/2016
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Colorado, Attn: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, Colorado, 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W9004P-6267-2000
 
Archive Date
11/29/2016
 
Point of Contact
Cheryl Peterson, Phone: 7202504036
 
E-Mail Address
Cheryl.R.Peterson6.civ@mail.mil
(Cheryl.R.Peterson6.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS The Colorado Army National Guard is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a Prolonged Field Care Training for the Military using a Swedish Remedy Exercise Model. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541712. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by November 28, 2016 at 5:00 pm (Mountain Time). All responses under this Sources Sought Notice must be e-mailed to Cheryl.R.Peterson6.mil@mail.mil. If you have any questions concerning this opportunity please contact: Cheryl.R.Peterson6.mil@mail.mil. APPENDIX 1: Purpose and Objectives Conduct Swedish Remedy Exercise Model training focused on the mind-set, assessments, and treatments needed to provide lifesaving interventions at the point of injury, and timely, well integrated evacuation from the field of battle. Training will not relying solely on supplies or support. This training will be conducted through the use of highly trained live role players, cut suits, and world-class special effects makeup artists. All of these facets are integrated through the crawl-walk-run methodology, giving the chance to gain skill and decrease stress when faced with complicated and often dangerous medical and tactical problems. Scenarios are provided that challenge both skill and the perception of skill making possible the realization what is truly possible in uncertain and unknown situations. Medical Threat Mitigation adds the challenges, which may be face outside of a developed theatre or in an emerging theatre. Focusing on resource management and non-traditional scenario training. This training will take place on 06-10 FEB 2017. On 05FEB2017, Bravo Company medical personnel will move to Fort Bragg Combat Training Center and prepare to conduct training. On 06FEB2017 medical personnel will receive training which includes: Intravenous anesthesia/non-traditional anesthesia options; supply management; charting; patient comfort and nursing care skills; use of TELECON and VIDEOCON consult; safe site selection requirements; re-supply issues; use of indigenous resource. The following specified services and supporting materials are required to satisfy mission-critical training requirements during the proposed event, sustained extended care of a combat casualty in the midst of a long range evacuation due to unavailability of standard MEDEVAC assets. A. Facilities i. Secure facilities that provide state-of-the-art classrooms IOT enhance the below-listed instruction for the 12 PAX scheduled to attend. ii. A dining facility to provide students with meals during classroom training, and a field meal plan to sustain the participants during the practical exercises and CULEX. iii. Extensive training areas and structures used to facilitate multiple extended real-world safe house and austere MEDEVAC scenario practical exercises as well as a vigorous CULEX with the below-listed requirements. a. Patient role players with the capability of giving realistic feedback commensurate with the moulaged wounding patterns and remain in role for 48-72 hours. b. Exercise controllers (must have level of training equal to or above Special Operations Combat Medic) to evaluate each SOF provider with a written after action review (AAR) of each medical encounter. c. Rotary wing, fixed wing, ground and waterborne assets capable of facilitating multiple SOF providers and patient transport. iv. Training areas and structures must not present any unnecessary safety hazards or major obstacles impeding the completion of the course within the stated schedule (06-10FEB2017). If thoroughfares (foot paths or roads) are present within training area, the contractor must make arrangements to ensure they are free of traffic during training exercises, unless OPFOR/civilians and their vehicles are included in the exercise. v. Training areas/structures must support the presence of an on-site medical evacuation vehicle (within 200 meters) of training exercise in the event of a real-world injury. Medical evacuation routes must not be impeded during training. vi. Training location must support immediate communication with emergency services including fire, flood, and medical responders. Points of contact for each of these services must be maintained at the training site. B. Instructional materials and range support i. Medical supplies shall be procured by the contractor. Medical supplies will be labeled with accuracy proportionate to the exercise scenario (i.e. proper labeling for 1st world medical supplies; less than standard labeling for medical supplies indigenous to a 3rd world combat theatre) ii. Contractor proprietary medical materials (i.e. manuals, charts, or logs) to be used throughout the course should be provided and/or loaned to trainees without additional costs. Required specialty equipment outside of normal requirements should be identified to 5/19th SFG(A) prior to traveling. C. Instruction i. The cost per individual trainee will is for the duration of training (for a class size of 12 trainees). Instruction is expected to continue through the duration for a minimum of a five day course. ii. Instruction requirements are focused on developing the advanced medical skillset needed to manage a critical patient in a hostile, resource-poor environment, over a long term/long distance evacuation. Particular areas of interest are intravenous anesthesia/non-traditional anesthesia options, medical supply management, charting, patient comfort and nursing care skills, use of TELECON and VIDEOCON consult, safe-site selection requirements, re-supply issues, and use of indigenous resources. The construction of temporary hide sites and the use of local vegetation in camouflage should be an included factor in training. iii. Instruction should address subjects such as medical threats in 2nd/3rd world environments, low-visibility medical supply, non-linear evacuation concerns, mission-specific aid bag packing, and Force on Force medical scenarios. iv. Instruction is expected to focus on being able to conduct these operations in a Non-Permissive environment (NPE). Enemy OPFOR and civilian role players with personal agendas that factor into the training scenarios will be essential to creating a realistic environment. v. The CULEX should be extensive (72 hours or more), involve multiple hide sights/ safe houses over a considerable distance, and engage the participants with the most difficult aspects of an NPE. At the core of the CULEX should be scenarios with unpredictable developments requiring the participants to critically think on the move and adapt (i.e. a shortage of medical supplies requires them to somehow acquire the supplies on the local indigenous market, or from local non-medical sources). The scenario should progressively increase in difficulty, and allow participant choices to affect the status of patient/scenario conditions. D. Expectations from trainees i. Trainees will report to the Fort Bragg Combat Training Center, Maxton NC facility NLT 0900 (local time) on 06 FEB 2017 and are expected to complete training no later than 2359 (local time) on 10 FEB 2017. ii. Trainees will report with all individual equipment including clothing, ammunition, rifles, classroom supplies, and required medical kit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W9004P-6267-2000/listing.html)
 
Place of Performance
Address: Fort Bragg Combat Training Center, Fort Bragg, North Carolina, 28307, United States
Zip Code: 28307
 
Record
SN04331851-W 20161120/161118234154-111c26a2cc80f23f93c3e8a58633dce6 (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.