Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOURCES SOUGHT

U -- Air Force In-Place Patient Decontamination Training - Draft PWS

Notice Date
8/17/2010
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
F2QF240197A001
 
Archive Date
9/8/2010
 
Point of Contact
Travis D. Marshall, Phone: 757-225-7707, Kyle B. Lancour, Phone: (757) 225-7698
 
E-Mail Address
travis.marshall@langley.af.mil, kyle.lancour@langley.af.mil
(travis.marshall@langley.af.mil, kyle.lancour@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
USAF Medical Service Allowance Standard 886A Draft AF IPPD PWS The Air Combat Command Acquisition and Management Integration Center, (ACC AMIC), Langley AFB VA, is seeking information concerning the availability of capable contractors that are a subject matter expert with technical, training, and evaluation skills, with application knowledge relevant to the In-Place Patient Decontamination (IPPD) response mission. The contractor will be required to develop, coordinate, facilitate, and conduct classroom and hands-on training on the set-up of the TVI Corporation's 3-Line Decontamination System, proper wear, donning and doffing of personal protective equipment, and on the concept of operations (CONOPs) for implementation of this capability. We are contemplating a contract with a base period of 1-year and two 1-year option periods, with a firm-fixed price CLIN for the training course, and a cost-reimbursable CLIN for associated travel. The contractor shall provide highly qualified instructors familiar with Air Force IPPD CONOPs, the IPPD equipment capability package (USAF Medical Service Allowance Standard 886A, see attached), and OSHA HAZWOPER (see link in draft Performance Work Statement) requirements for training. This training event will serve as an IPPD "train the trainer" course, and shall also meet all OSHA required core competencies for First Receiver Operations. The class size will be a minimum of 12 and maximum of 20 students. A draft Performance Work Statement (PWS) is posted on FedBizOps in conjunction with this sources sought notice to provide the size, scope, and complexity of the requirements to interested parties. Contractor input regarding concerns or proposed changes to the PWS is encouraged. The contractor selected for the performance of this statement of work must have specific experience and expertise with equipment listed on the USAF Medical Service Allowance Standard 886A. The contractor must also be familiar with the tactics, techniques and procedures for the home station In-Place Patient Decontamination Capability, and with the OSHA HAZWOPER requirement as it pertains to medical First Receivers. This Sources Sought Notice is issued for informational and planning purposes only. This is not a Request for Proposal, a Request for Quotation, or an Invitation for Bids. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract for the items contained in the Sources Sought. In addition, the Government is under no obligation to pay for information submitted in response to this Sources Sought, and responses to this notice cannot be accepted as offers. AMIC is currently conducting market research to locate qualified, experienced, and interested potential sources. The information requested by this Sources Sought will be used within the Air Force to facilitate decision making and will not be disclosed outside of the Government. For purposes of the Sources Sought, the North American Industry Classification System (NAICS) Code is 611430 and the small business size standard is $7.0 million. If your firm is capable of providing the requirements described in this Sources Sought, please provide a Capability Statement via email to both Mr. Kyle Lancour (757-225-7698), kyle.lancour@langley.af.mil and Mr. Travis Marshall (757-225-7707), travis.marshall@langley.af.mil, by 24 August 2010 at 1500 (EST). The capability statement should include general information and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives. In addition, the following information is requested: (1) Company CAGE Code, DUNS, name, address, point of contact, telephone number and email address; (2) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (3) Please indicate which NAICS code(s) your company usually performs under Government contracts (4) GSA Contract Number if applicable (5) Comments on Draft PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/F2QF240197A001/listing.html)
 
Place of Performance
Address: 89 Air Force Installations (see Attachment 3 within PWS) - List of US Air Force Bases - IPPD Training 2010-2012, United States
 
Record
SN02244254-W 20100819/100818000254-0d2735b576745a5d4a6e6506395f87c7 (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.