Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 30, 2019 FBO #6548
SOURCES SOUGHT

65 -- SOF TACTICAL COMBAT CASUALTY CARE (TCCC) CASUALTY EVACUATION SET - REQUIREMENTS

Notice Date
10/28/2019
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 77 Forsyth Street SW, MLK Federal Building, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
ID0420-TCCC
 
Point of Contact
Sonia Hammons, Phone: 8133829497, Stella L Schoenberg, Phone: 8035306123
 
E-Mail Address
sonia.hammons@gsa.gov, stella.schoenberg@gsa.gov
(sonia.hammons@gsa.gov, stella.schoenberg@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
System Attributes BRAND NAME MATERIALS This sources sought is issued by General Services Administration (GSA), in support of United States Special Operations Command (USSOCOM) Program Executive Office (PEO) SOF Warrior, Program Management (PM) SOF - Survival, Support & Equipment Systems (PM SOF SSES) for the Tactical Combat Casualty Care (TCCC) - Casualty Evacuation (CASEVAC) Program. The TCCC objective is to preserve the force and facilitate its reconstitution by reducing preventable battlefield deaths and minimizing effects from injuries. The USSOCOM TCCC CASEVAC Set consists of Commercial off the Shelf (COTS) and Modified Commercial off the Shelf (MCOTS) items that are uniquely assembled to meet program specific requirements. The TCCC CASEVAC Set facilitates the rescue, recovery, and evacuation of casualties; stabilizes and sustains casualties in case of a delayed or difficult CASEVAC and is capable of adapting to military and non-military modes of transportation. The CASEVAC Categories consist of a CASEVAC Extraction Kit, CASEVAC Mobility Kit, CASEVAC Transportation Kit and CASEVAC Sustainment Kit. All of the items in the List of Material (LOM), attachment 02 to this announcement with the exception of the pharmaceuticals, are Brand Name Only. Pharmaceuticals are Brand Name or Equivalent. The Brand Name only requirements are needed in order to allow for interoperability with already fielded systems which are the validated operational requirements. CASEVAC Set Schematics will be provided on or before the Request for Proposal (RFP) is released. New Equipment Training (NET) is also a part of this requirement. NET ensures the end users will have operational proficiency of the rescue capability as well as familiarization with the medical items provided within the system. The NET curriculum shall be shall be delivered in accordance with the approved curriculum. Information received from this sources sought will be used to determine potential market capability and the acquisition strategy (i.e. Full and open/small business set-aside, etc.). The Government's intent is to award a seven or ten year, Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract issuing Firm Fixed Price (FFP) delivery orders and task orders. There is no solicitation at this time. This sources sought does not constitute a request for proposals; submission of any information in response to this sources sought is purely voluntary; the government assumes no financial responsibility for any costs incurred; and it shall not be construed as any commitment by the Government to execute this requirement. If your Company has the potential capability to satisfy this requirement, please provide the following information: 1) Company name 2) Cage Code 3) DUNS Number 4) Address 5) Point of Contact 6) E-mail Address 7) Web Site Address 8) Telephone number 9) Type of ownership (SB, Large Corp., etc.) for the Company under NAICS code 339113. 10) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Significant subcontracting or teaming is anticipated in order to deliver technical capability, and as such, organizations should address the administrative and management structure of such arrangements. Provide any information of sales in the commercial marketplace for similar services. If you have any comments or suggestions on requirements you are invited to send them in with your capability statement. The government will use the responses to this Sources Sought to ascertain potential market capability. Telephone inquiries will not be accepted or acknowledged at this time, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not obligated to notify respondents of the results of this announcement and it reserves the right to reject, in whole or in part, any private sector input as a result of this announcement. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. Interested vendors should provide information to determine if the company: (a) has adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a) and Subpart 52.219-14(a)) (b) is able to comply with the required or proposed performance schedule, taking into consideration all existing commercial and governmental business commitments. (c) has a satisfactory performance record (see 9.104-3(b) and Subpart 42.15). (d) has a satisfactory record of integrity and business ethics (for example, see Subpart 42.15); (e) has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3 (a).) (f) has the necessary production capacity, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and (g) is otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at FAR 9.108). The final RFP will be posted on the FEDBIZOPPS website. The North American Industry Classification System (NAICS) is 339113
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34b708f265803d4fc2cd1b4bb882279e)
 
Record
SN05483748-W 20191030/191028230415-34b708f265803d4fc2cd1b4bb882279e (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.