Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
MODIFICATION

Q -- Medical Training Command and Control (MT-C2)

Notice Date
3/1/2018
 
Notice Type
Modification/Amendment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
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
W900KK18280001
 
Archive Date
3/30/2018
 
Point of Contact
Dorothy A. Bryant, Phone: 4073845163, Patricia Soucy, Phone: (407) 380-4874
 
E-Mail Address
dorothy.a.bryant6.civ@mail.mil, patricia.c.soucy.civ@mail.mil
(dorothy.a.bryant6.civ@mail.mil, patricia.c.soucy.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The U.S. Army Program Executive Office for Simulation Training and Instrumentation (PEO STRI) Joint Project Manager for Medical Modeling and Simulation (JPM MMS) Product Manager, Medical Simulation (PdM MedSim) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest and industry technologies available to produce a Medical Training Command and Control (MT-C2) System. The MT-C2 System is a control center that will allow remote training platform management within the Army's standardized Medical Simulation Training Centers (MSTC)s. The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND PdM MedSim has a requirement for the procurement of the production and installation of systems and equipment that provide the capability to command and control all associated equipment that facilitates training within the MSTCs. The MSTC is a standardized Army training Program of Record (POR) located at various military installations worldwide, delivering effective medical training with a standardized training platform to better prepare Soldiers in the application of medical interventions under combat conditions. The MSTC provides medical training and education on new battlefield procedures and equipment, while affording Soldiers the ability to receive comprehensive training in several formats such as the classroom setting, practical hands-on training simulation, trauma lanes, and distance learning. Each MSTC provides a medical skills training platform where Soldiers obtain sustainment and validation of their medical skills in accordance with Training Circular (TC) No. 8-800, Medical Education and Demonstration of Individual Competence (MEDIC), and the Combat Life Saver (CLS) Programs of Instruction (POI). During a training event, Soldiers perform tasks on training devices (manikins and part task trainers) using scalable and adjustable scenarios within the simulated environments. The MT-C2 System enables training environment manipulation, medical scenario integration, mannequin control, audio video (AV) surveillance and recording. The MT-C2 System provides the capability to manipulate the environments in which scenarios take place in order to maximize the positive impact and training experience of each fluid training event within the training experience. The Integration of the MT-C2 System in the MSTCs shall provide equipment standardization across all fielded sites. REQUIRED CAPABILITIES The Government already fielded two prototype MT-C2 Systems at Ft Hood, TX and Camp Humphreys, Korea, and has a requirement to field the MT-C2 System at the remaining 19 MSTCs listed below: Ft. Lewis, WA Ft. Drum, NY Ft. Riley, KS Ft. Bliss, TX Vilseck, Germany Ft. Carson, CO Ft. Campbell, KY Ft. Stewart, GA Ft. Bragg, NC Camp Shelby, MS Ft. McCoy, WI Ft. Dix, NJ Ft. Wainwright, AK Schofield Barracks, HI Camp Dodge, IA Camp Ripley, MN Camp Atterbury, IN Ft. Indian Town Gap, PA Ft. Benning, GA Qualification. The MT-C2 must be qualified and able to demonstrate compliance with the performance specification, system requirements, and technical data provided within the Technical Data Package (TDP). The TDP will be provided with the solicitation as Government Furnished Information (GFI). All interested parties are asked to respond to the following as relevant to their solution or other information they wish to provide: 1) Provide past and present (within the last 5 years) relevant experience on similar contracts, indicating if it was in the U.S.A. or in a foreign country (include dollar value, complexity and point of contact), and a detailed description of capabilities to perform the effort. 2) Provide past and present (within the last 5 years) experience in fielding a program at multiple locations simultaneously. 3) Provide your specific experience or the experience of a potential team member regarding the integration and fielding of Government off-the-shelf (GOTS) systems. 4) Provide your specific experience or the experience of a potential team member in the development of software code to enable control and interaction with commercial-off-the-shelf (COTS) strobe lights, smoke machines, medical training manikins, and audio equipment. 5) Provide your specific experience in modifying the existing JAVA-based GOTS software to meet the capabilities required for this contract. 6) Provide your specific understanding or the understanding of a potential team member in Live Training Transformation (LT2) product line-based systems. 7) Provide your organization name, address, primary points of contact (POCs) and their email address, Web site address, telephone number, and type of ownership for the organization; and 2) Tailor capability statements addressing the requirements of this notice, 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. 3) Statement regarding current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 333318 with an applicable size standard of 1000 employees. ELIGIBILITY The applicable NAICS code for this requirement is 333318 with a Small Business Size Standard of 1000 employees. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 12 point) demonstrating ability to provide the products/systems listed in this Technical Description. No phone or email solicitations with regards to the status of the future solicitation will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Dorothy Bryant at dorothy.a.bryant6.civ@mail.mil and the APM, Tony Prudhomme at tony.w.prudhomme.mil@mail.mil. Responses must be in either Microsoft Word or Portable Document Format (PDF), and received no later than 3:00 p.m. local time Orlando, Florida on 16 March 2018. Reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Contracting Office Address: 12211 Science Drive Orlando, Florida 32826-3224 United States Primary Point of Contact: Ms. Dorothy Bryant dorothy.a.bryant6.civ@mail.mil Phone: 407-208-3081
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/94f93209901fd33167c7f54eb4205a74)
 
Place of Performance
Address: ACC-Orlando (W900KK), Orlando, Florida 32826, United States, Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN04839129-W 20180303/180301230957-94f93209901fd33167c7f54eb4205a74 (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.