Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
MODIFICATION

U -- Provide Tactical Medical Combat Casualties Training

Notice Date
4/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Navy, Naval Special Warfare Development Group, Naval Special Warfare Group Four, 2220 Schofiled Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-10-T-0008
 
Archive Date
5/12/2010
 
Point of Contact
Mary Tuttle, Phone: 757-763-4407, Ruby Phillips, Phone: 757-763-4432
 
E-Mail Address
mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
(mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-10-T-0008. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-29, dated 19 January 2009 and DFARS Change Notice 20090115. The DPAS Rating for this solicitation is DO. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 611710, the Small Business Standard is $7.0 MIL. This requirement is 100% small business set aside. The Naval Special Warfare Group 4 2220 Schofield Road Virginia Beach VA 23459 requests responses from qualified sources capable of providing a firm fixed price contract. CLIN 0001: Tactical Medical Training for Special Boat Team 20,(Virginia Beach VA) 50 students ea for 3 days, Sep 07 thru 09, 2010. CLIN 0002: Tactical Medical Training for Special Boat Team 22,(Stennis Space Center, MS)40 students each, for 3 days, Aug 23 thru 25, 2010. CLIN 0003: Tactical Medical Training for Special Boat Team 12 (San Diego, CA) 60 students each for 3 days (to be completed before 30 Sep 2010.). Performance for all training shall be in accordance with the statement of work below. Three training iterations are required for this training period. Place of performance: Contractor's Facility or suitable military training facility. If no military facilities are available for the performance of training, the contractor must maintain a facility within 50 miles of Naval Amphibious Base Little Creek (NABLC), Norfolk VA. Distance requirements must be met for other Naval Special Warfare Group Four (NSWG 4) locations to include: Stennis Space Center, MS and Coronado, CA. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3 Gratuities (Apr 1984), 52.204-7 Central Contractor Registration (Apr 2008), 52.203-6 ALT 1 (Oct 1995), Restriction on Subcontractor Sales to the Government (Sep 2006), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation)(Oct 2008). The following clauses are applicable to this solicitation: 52.222-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2001), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003,) 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007)(Deviation), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (May 2006), 252.225-7001 Buy American Act and balance of payments program Jun 2005), 252.243-7001 Pricing of Contract Modifications (Nov 2005)and 252.211-7003 Item Identification and Valuation (Aug 2008). Quotes shall include the quoter's price for each CLIN listed in this synopsis. All clauses will be incorporated by reference in the order. Clauses 5652.204-9000, 5652.233-9000 and 5652.237-9000 apply. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame, Tax Identification Number, Cage Code and DUNS number. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror who conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes (e-mail preferred) must be received by the Contracting Officer no later than 2:00 PM hours (Eastern Standard Time) on 27 Apr 2010. All questions shall be sent to the Contracting Officer, Ruby Phillips at (757) 763-4432 or email ruby.phillips@nsweast.socom.mil STATEMENT OF WORK •1.0 SCOPE The contractor shall provide training in tactical medical care of combat casualties, which includes didactic and practical hands on components at the non-medical professional level, for deploying NSWG-4 personnel. •2.0 REFERENCE Pre-Hospital Trauma Life Support /Tactical Combat Casualty Care protocols (PHTLS/TCCC) as established by the National Association of Emergency Medical Technicians and the American College of Surgeons Committee on Trauma. •3.0 REQUIREMENTS 3.1 The training shall include a three day emergency medical course of instruction focused on combat tactical first aid for non-medical type operators and deploying support personnel with limited prior medical training: All training shall be accomplished at contractor's facility or suitable military training area as applicable, which must be located within 50 miles of Naval Amphibious Base Little Creek, Norfolk, VA. Distance requirements must be located within 50 miles of other NSWG-4 locations to include; Stennis, MS and Coronado, CA. Courses are required for fourth quarter of fiscal year 2010. Course dates shall be coordinated between the vendor and the NSWG-4 POC. 3.2 Each class shall contain between 23 and 60 students with an instructor/Live Patient Model (LPM) to student ratio of 1:6 for Medical Skills Labs with the exception of Medical Mission Profile practical exercises with a 1:4 instructor/LPM to student ratio. The number of personnel requiring training is 150. Locations and class sizes are as follows: SBT-12 (San Diego, CA) 60 students; SBT-20 (Virginia Beach, VA) 50 students; SBT-22 (Stennis Space Center, MS) 40 students. 3.3 Instructors shall have recent or current experience as certified National Registry of Emergency Medical Technicians (NREMT) - Paramedics, Air Force Para-rescue men, Army 18D Special Operations Medical Sergeant, US Navy Corpsmen NEC 8403/8494/8425 or other trauma certified medical professionals (i.e. foreign military) of the same certification level or greater. They must be skilled in the care and handling of live tissue patient models and knowledgeable in the anatomical differences and similarities to the human model. They must p ossess full understanding of tactical military operations, be fully trained in the theory and application of Military appropriate volume expanding and blood clotting agents, be fully trained and knowledgeable in the latest emergency medical devices for both military and civilian Pre-Hospital Trauma Life Support (PHTLS/TCCC) applications. 3.4 Contractor shall be reviewed by a Department of Defense (DOD) medical officer and veterinarian with final review, meet United States Special Operations Command (USSOCOM) Command Surgeon (CS) requirements for attendance by Special Operations Forces (SOF). All Federal Laws, DoD, Navy and SOCOM instructions, directives, policies and messages regarding the care and monitoring of Live Tissue Training models shall be strictly adhered to. 3.5 For Medical Skills Lab, the contractor shall provide all medical supplies to support live tissue and product demonstrations including but not limited to gloves, gauze sponges, scalpels, sutures, IV's, bag valve mask (BVM), various bandaging materials, tourniquets, hemostatic agents and all applicable medications for live tissue demonstration and application training. 3.5.1 For Medical Mission Profiles, the contractor shall provide all medical supplies to support mechanical wounding and treatment of LPM's to include but not limited to gloves, gauze sponges, scalpels, sutures, IV's, bag valve masks, MET Tourniquets and all applicable medications. Training treatment kits shall mirror the NSWG-4 IFAK contents to include: Two 4"x4.5 yard roller gauze, one nasopharyngeal airway 32 French, 1 "H" Dressing; one Bolin Chest Seal, two Quick Clot Combat Gauze, two 3.25" 14 gauge catheters and one MET Tourniquet. 3.6 Contractor shall provide a veterinarian that is fully licensed and credentialed to practice in Virginia and other local training locations in accordance with appropriate governing authorities and be on site for all live tissue evolutions. 3.7 Contractor shall have all land permits and insurance coverage to support the legal conduct of this training at their facility or military reserve/training range; all local, state, and federal permits pertaining to live tissue training; adhere to all applicable regulations for disposal of animals, animal products, and other medical waste; ensure all participants adhere to all local, state and federal regulations. 3.8 Each class shall cover the following: 3.8.1 Live tissue demonstration of traumatic affects on anatomical structures with no more than six (6) students per patient in a controlled formal teaching environment. 3.8.2 Trauma scenario based group student evaluation in live tissue patient model with a minimum of one primary operator scenario per 4 students; no more than four scenarios per patient; shall be of a water or land based patrol/forward operating base setting and treatments shall run from pre-injury to post-evacuation transport. 3.9 Students who are unable to show proficiency in the basic terminal objectives of PHTLS/TCCC will be remediated on site until the terminal objectives are completed successfully.. 4.0 GOVERNMENT FURNISHED MATERIAL The Government will be responsible for providing each student with rubber weapons, personal tactical equipment (1 st and 2 nd line equipment items), note- taking material, food and water as required. 5.0 DELIVERABLES A list of attendees successfully completing the class shall be provided to the NSWG-4 POC within 30 days after the end of each class, as well as, completed student course critiques. ADDITIONAL REQUIREMENTS CONTRACTOR WILL NOT DISCLOSE CONTRACT DETAILS TO THIRD PARTIES OR USE AWARD OF THIS CONTRACT AS ENDORSEMENT OR ADVERTISEMENT IN PART OR WHOLE WITHOUT THE EXPRESS AUTHORIZATION OF THE Public Affairs Officer OF NSWG-4. THE CONTRACTOR WILL NOTIFY THE CONTRACTING OFFICER IMMEDIATELY IF THIRD PARTY INQUIRIES ARE MADE. NSWG4 POC is Ruby Phillips-ruby.phillips@nsweast.socom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/N47898/NSWGF4/H92242-10-T-0008/listing.html)
 
Place of Performance
Address: Naval Special Warfare Group 4, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02122070-W 20100416/100414235403-852a8d57dd3e8ad930dd7713ac406aae (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  © 1994-2020, Loren Data Corp.