MODIFICATION
U -- Field/Tactical Casualty Austere Care Technicians
- Notice Date
- 5/10/2022 2:06:43 PM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- W6QM MICC-FT BENNING FORT BENNING GA 31905-5000 USA
- ZIP Code
- 31905-5000
- Solicitation Number
- PANMCC22P0000010752
- Response Due
- 5/13/2022 2:00:00 PM
- Point of Contact
- Cardova Hall, Phone: 7065451064
- E-Mail Address
-
cardova.d.hall.civ@mail.mil
(cardova.d.hall.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT NOTICE THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Education Training Curriculum Development in Prolonged Field Care and Tactical Casualty Care for operations located at Fort Benning, Georgia 31905, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes for commerciality availability search.� It does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offers to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 611430, Professional and Management Development Training, size standard $12M. The Contractor will host a five day medical training course for operations on a training compound that will represent and austere environment. The training shall include Prolonged Field and Tactical Casualty Care, shall meet the requirements to recertify operation Austere Care Technicians. The training shall include comprehensive logistics and facilities support specific to participant lodging, on site full technology classrooms, experienced PPAMC Experts, realistic scenarios, realistic moulage, human cadavers, human role player(s), high angle and rescue rigging rope instruction with practical application, modes of unconventional transportation, and multiple training sites and medical training lane for use.� Attached are the draft Performance Work Statement (PWS) for Prolonged Field and Tactical Casualty Care. In response to this sources sought, please provide: 1.�� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.�� Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any 3.�� Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc. that will facilitate making a capability determination: Capability Statement, NACIS, Socio-Economic Category, and Availability. 4.�� Information to help determine if the requirement remediation is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.�� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC-Benning, Cardova Hall, via email at cardova.d.hall.civ@mail.mil or (706) 545-1064, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/69ef81a5c745458099f96176317d10a7/view)
- Place of Performance
- Address: Fort Benning, GA 31905, USA
- Zip Code: 31905
- Country: USA
- Zip Code: 31905
- Record
- SN06322076-F 20220512/220510230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |