Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2023 SAM #7740
SOURCES SOUGHT

U -- Medical Trainers / Role Players

Notice Date
2/3/2023 12:46:20 PM
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
W6QM MICC-FT STEWART FORT STEWART GA 31314-3324 USA
 
ZIP Code
31314-3324
 
Solicitation Number
PANMCC23P0000003325
 
Response Due
2/7/2023 2:00:00 PM
 
Archive Date
02/07/2023
 
Point of Contact
MAJ Jane Bramel, SFC Jason Shettles, Phone: 0000000000
 
E-Mail Address
jane.e.bramel.mil@army.mil, jason.d.shettles.mil@army.mil
(jane.e.bramel.mil@army.mil, jason.d.shettles.mil@army.mil)
 
Description
THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure�Medical Trainers/Role Players on a small business set-aside basis, provided two 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 � 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 Governmentwide Point of Entry. �It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is: �611699, All Other Miscellaneous Schools and Instruction with a size standard of $16.5 Million. A need is anticipated for Medical Trainers/Role Players for 3/160th Special Operations Aviation Regiment (SOAR) personnel. The contractor shall provide cinematic quality makeup artists, Role Players with acting experience while in an intense trauma scenario, Role Players that are specifically veterans and are able to pass background checks to gain access to DOD installations.� A not for harm clause to fly in Army Helicopters accepting seats out risk within their contract in accordance with USSOCOM 350-6 Table 7-1.� Role Players must be properly equipped with the required equipment to fly IAW AR 95-1.� Role Players cannot have a fear of heights, dark, or enclosed spaces. Additionally, Role Players must be equipped with body armor, helmet, weapon, Individual First Air Kit (IFAK), and additional tourniquet. The contractor shall provide: Five Role Player contractors, four amputees, subject matter experts to assist in patient set up and wound pattern capable of split operations, a Moulage Artist, a Training aid (MQ-9 and AH-1) with replicated sensitive items that are able to be recovered, and all capable of being reset within 18 hours. Role Players must be able to receive intravenous injections of medications through multiple intravenous access ports.� Attached is the draft Performance Work Statement (PWS). 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.� 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.� 4. Identify if the prime contractor will be able to meet the Limitations on Subcontracting in accordance with FAR Clause 52.219-14. 5.� Information to help determine if Medical Trainers/Role Players are commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or (210) 466-3015, 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 SAM.GOV notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 8.� Recommendations to improve the Performance Work Statement (PWS) to acquiring the identified Medical Trainers/Role Players.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/991a25864e82401fa82e9cb3e4b0b4a3/view)
 
Place of Performance
Address: Savannah, GA 31405, USA
Zip Code: 31405
Country: USA
 
Record
SN06582470-F 20230205/230203230109 (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 |
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.