Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2024 SAM #8115
SOURCES SOUGHT

U -- Emergency Medical Technician Training & Certification at MCB Quantico

Notice Date
2/13/2024 2:17:57 PM
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
COMMANDER QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
M00264-24-SSA-0008
 
Response Due
2/28/2024 7:00:00 AM
 
Archive Date
03/14/2024
 
Point of Contact
David Laster
 
E-Mail Address
david.laster@usmc.mil
(david.laster@usmc.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT�- M00264-24-SSA-0008 The Marine Corps Installations Regional National Capital Region, Regional Contracting Office � (MCINCR-RCO), Marine Corps Base, Quantico, VA is seeking sources for Marine Corps Embassy Security Group (MCESG), Marine Security Guard Security Augmentation Unit (MSAU) Emergency Medical Technician (EMT) training and certification support. CONTRACTING OFFICE ADDRESS: The Marine Corps Installations National Capital Region � Regional Contracting Office (MCINCR-RCO), Marine Corps Base, Quantico, VA. INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to conduct market research and determine the availability and technical capability of all sources to provide the required products and/or services. The Marine Corps Embassy Security Group (MCESG), Marine Security Guard Security Augmentation Unit (MSAU) is a high-operational unit requiring highly trained Marines who conduct world-wide short-fused deployments to austere environments. MSAU is required to maintain 11 Nationally Certified Emergency Medical Technicians (EMTs) on-hand at all times.� This effort accommodates the unit�s requirement to have one EMT-trained Marine in every detachment as well as additional Marines to assist with the conduct of unit training. This effort will increase the amount of medical personnel at diplomatic facilities world-wide. This effort shall include all labor, tools, and materials needed to complete training and the�required clinical hours to meet the National Registry Emergency Medical Technician (NREMT) standards. Training will be conducted aboard Marine Corps Base Quantico at MCESG facilities and contractor designated locations for clinical requirements. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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. CONTRACT/PROGRAM BACKGROUND: Contract Number: M00264-20-P-0076 Contract Type: Firm Fixed-Price Incumbent and their size: Medical Faculty Associates, Inc. Method of previous acquisition: Full and Open Competition REQUIRED CAPABILITIES: Objective / Requirements: Vendor must be capable of providing the following to meet training objectives 1. Contractor must be capable of providing realistic medical training at unit home station in accordance with certification standards. 2. Contractor must be capable of providing all necessary mannequins, contractor training locations, training assets and materials for EMT certification. 3. Contractor must be capable of providing high-fidelity simulation mannequins to enhance realism of training. 4. Contractor must be capable of providing realistic monologue to enhance training and patient injury recognition and treatment. 5. Contractor must be capable of providing training location for all required clinical training for EMT certification. 6. Contractor must be capable of coordinating turnover of simulated patients within the Emergency Response personnel in applicable locations. 7. Contractor must be capable of providing minimum required hours of medical training relevant to the above mentioned topics throughout training period. 8. Contractor must provide a curriculum that is accredited and recognized by the National Registry of Emergency Medical Technicians. 9. Contractor must be capable of providing (10) hours of clinical training in a hospital and (10) hours of ride along training on an ambulance. 10. Personnel Requirements: Contractor must provide instructors that are capable of providing National Registry Emergency Medical Technician (NREMT) certification.� Government Furnished Property (GFP): The delivery of courses shall involve the Contractor�s use of �Government facilities and property to include: 1. Classroom or auditorium 2. Appropriate audio-visual equipment (computers, projectors, screens, and peripherals) 3. Training Ranges 4. Temporary work space, telephones, copy machines, and facsimile (only during course execution) See attached draft Performance Work Statement. SPECIAL REQUIREMENTS Security Requirement: All Contractor personnel entering the MCESG facility must be U.S. citizens. �Escorts are required for personnel during all site survey visits to the MCESG.� All Contractor personnel are responsible for staying within the immediate boundaries of the worksite and within sight of the assigned escort.�� The Contractor shall coordinate access to the MCESG space in advance with the Government�s POC and shall comply with all security regulations.� SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 611519 - Other Technical and Trade Schools, with the corresponding size standard of $21 Million. This Sources Sought Synopsis is requesting responses to the following criteria from sources that can provide the required services under this NAICS Code, or to provide a qualified recommendation on why a different one should be considered. To assist MCINCR-RCO in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Woman-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business; 4) UEI and Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This�information is for market research only and does not preclude your company from responding to this notice.) 6) Please provide industry feedback on the following: - What other NAICS code would be of more value in comparison to 611519? - Are there any areas within the PWS that appear vague? If so, why? Please identify them and recommend proposed remedy. Vendors who wish to respond to this sources sought should send responses via email NLT Wednesday, 28 February 2024, 10:00 AM Eastern Standard Time (EST) to David Laster at david.laster@usmc.mil. Submissions shall reference SSA No. �M00264-24-SSA-0008 MSAU EMT� in the subject line. Interested vendors should submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. 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. All government and contractor personnel reviewing SSA responses will have signed nondisclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7837b98b76124bdea33a92dc72146efa/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN06964980-F 20240215/240213230047 (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.