Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOURCES SOUGHT

69 -- Medical Simulation Training Center Production, Installation and Transportable Configuration Design

Notice Date
3/10/2011
 
Notice Type
Sources Sought
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-11-R-0012
 
Response Due
3/24/2011
 
Archive Date
5/23/2011
 
Point of Contact
William Jensen, 407-208-3311
 
E-Mail Address
PEO STRI Acquisition Center
(william.r.jensen1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Brief Summary: The purpose of this Sources Sought Notice (SSN) is to conduct market research to identify companies who possess the necessary capabilities and resources to support the requirements stated herein and to identify any commercial items that are available to meet the Government's need. PROGRAM DESCRIPTION: Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI) Project Manager for Combined Arms Tactical Trainers (PM CATT), Assistant Project Manager (APM) for Medical Simulation (MedSim) has a requirement for the procurement of the production and installation of systems and equipment that comprise various Medical Simulation Training Center (MSTC) configurations; retrofitting existing systems to match current technological advancements; and a configuration design and installation plan for a transportable MSTC. The MSTCs are a standardized Army training asset located at various military installations worldwide, delivering effective medical training with a standardized training platform to better prepare Soldiers for application of medical interventions under combat conditions. The MSTC provides medical training and education on new battlefield procedures and equipment, while affording Soldiers the ability to provide comprehensive training in several formats such as the classroom setting, practical hands-on training simulation, trauma lanes, and distance learning. Each MSTC provides a medical skills training platform where Soldiers obtain sustainment and validate their medical skills in accordance with Training Circular (TC) No. 8-800, Semi-Annual Combat Medic Skills Validation Test (SACMS-VT), Combat Medical Advanced Skills Training (CMAST) and the Combat Life Saver (CLS) Programs of Instruction (POI). The MSTC POIs, provided by The U.S. Army Medical Department Center and School (AMEDDC&S), include Medical Education and Demonstration of Individual Competence (MEDIC), Tactical Combat Casualty Care (TC3CMAST, and CLS. This requirement will equip and standardize existing MSTCs with upgraded capabilities and establish new MSTC locations with the potential of the following configurations and annual student throughput: MSTC Initial (I)-2,500; MSTC Standard (S)-2,500; MSTC Medium (M)-1,500; MSTC Small (Sm)-750; and MSTC Transportable (T)-750. Note that the MSTC (I) represents the current fielded configuration and will be retrofitted to incorporate system and equipment upgrades contained in the MSTC (S) configuration. Also note that part of this requirement is to design and field the MSTC (T). At present, the MSTC program has fielded an Initial Operational Capability (IOC) of 18 MSTC systems with the Initial (I) configuration. The MSTC program's Full Operational Capability (FOC) currently requires 34 MSTC Standardized (S) configurations. The MSTC (I) and the MSTC (S) configuration require modifiable and reconfigurable capabilities. Each configuration is a fixed building facility; however, it is noted that the construction of these MSTC buildings is NOT part of this requirement. Typical features of a MSTC facility include reconfigurable/expandable classrooms, validation rooms, virtual training/computer learning room an instrumented control room, etc. The MSTC (T) configuration requires a unique design limited to the following parameters: 1) Unit must be transportable to any U.S. location, Europe or Korea using public transportation standards 2) Provide all training capability of the fixed MSTC (Sm) configuration with throughput requirements of 750 students annually 3) Unit must be capable of being placed into training environment and operational within one (1) hour of arrival on the training site 4) Design must provide the outdoor environmental effects for two (2) medical lanes at least 100 meters long. Each MSTC configuration will consist of a Virtual Patient System (VPS), Instruction Support System (ISS), Medical Training Command and Control (MT-C2), Medical Training Evaluation System (MTES) and Medical Training and Validation Lanes. NOTE: The development and production of the MT-C2 and MTES will be procured under a separate acquisition, which has not yet been initiated. These items will be furnished as Government Furnished Property (GFP) upon completion. The contractor will be responsible for procuring all equipment associated with the VPS, ISS, and various elements of the MT-C2 and MTES. The contractor will ensure that all systems and equipment be integrated and interoperable with the GFP and vice versa. Together, this suite of systems will provide a standardized design and training methodology, which maximizes a reconfigurable, modifiable, and sustainable training capability to fully meet contemporary operating environment (COE) and future operational environments (FOE) training requirements. Virtual Patient System (VPS) The VPS contains all MSTC training devices and critical technologies. Training devices include bleed/breath patient mannequins, dead-weighted mannequins, airway management mannequins, partial task trainers and moulage kits that replicate the trauma of multiple wound sites on a single patient. A representative list of equipment required for the VPS is identified in Attachment A of this notice. Instruction Support System (ISS) The ISS provides all instructional support technology components with critical technologies capable of internet-based curriculum and scenario integration, virtual and distributed learning functions. ISS components include the MSTC facility's training equipment, certified training instructors and staff, POIs, technical and operational maintenance, virtual learning capabilities, and environmental effects equipment such as audiovisual enhancements and camera surveillance capability. These technologies support smart systems enabling training customization, data mining and sharing, virtual classrooms and distributed learning, and capable of synchronizing with MT-C2, VPS, and MTES components. The MSTC POIs are provided by the AMEDDC&S. As such, they are not part of this requirement. Additionally, the certified training instructors, staff and technical and operational maintenance are NOT part of this requirement. A representative list of equipment required for the ISS is identified in Attachment A of this notice. Medical Training Command and Control (MT-C2) The MT-C2 System will be a control center allowing remote training platform management. During a training event, Soldiers perform tasks on training devices inside scalable and adjustable scenarios within the simulated environments. The MT-C2 will enable training environment manipulation, medical scenario integration, mannequin control, audio video (AV) surveillance, recording, hostile and friendly force engagement control. The MT-C2 will provide the capability to manipulate the environments in which scenarios take place in order to maximize the positive impact and training experience of each fluid training event in the training experience. A representative list of equipment required for the MSTC (I), MSTC (M), and MSTC (Sm) configurations that support the MT-C2's initial capability is identified in Attachment A of this notice. Because the MT-C2 is in the developmental stage, the standardized MT-C2 will be provided as GFP for installation at each site and for each configuration. Medical Training Evaluation System (MTES) The MTES provides a capability to assess the quality of the training experience by allowing student to complete an automated survey resulting in enabling training events to be focused, evaluated, and reviewed. The MTES provides testing components for pre-testing training requirement determination, post testing for training performance evaluation and an after action review component. These capabilities work to produce an objective, quantifiable and repeatable measurement of training effectiveness. A representative list of equipment required for the MSTC (I), MSTC (M), and MSTC (Sm) configurations that support the MT-C2's initial capability is identified in Attachment A of this notice. Because the MTES is in the developmental stage, the MTES will be provided as GFP for installation at each site and for each configuration. Medical Training Lanes Each configuration will include outside medical/validation training areas to maximize the use of blended reality and multi-use capabilities. These outdoor medical training and validation lanes will incorporate a mounted/dismounted Military Operations on Urban Terrain (MOUT), traditional battlefield and litter obstacle lanes for training 68W and CLS certification/recertifications. Although the MOUT capability is NOT part of this requirement, additional equipment required for the medical training lanes is and is identified in Attachment A of this notice. ACQUISITION APPROACH: In accordance with Federal Acquisition Regulation, Part 10, Market Research, the Government is conducting market research to identify companies who possess the necessary capabilities and resources to support the requirements stated herein and to identify any commercial items that are available to meet the Government's need. The period of performance will be a one (1) year base period with four (4) one-year options. QUANTITIES: The Government anticipates the delivery of two (2) new MSTC (I) configurations within the first 12 months of contract award. The number of sites for the option periods will be determined on a year-by-year basis; however, it is expected that four (4) to six (6) MSTC (I) or (S) configurations will be fielded each year until FOC is reached at 34 MSTC (S) systems. The quantities for the MSTC (M), (Sm) and (T) configurations are unknown at this time. All MSTC (I) systems will be retrofitted to meet the (S) configuration, at such point that the MT-C2 and MTES systems are completed and delivered as GFP. All MSTCs, regardless of size, will receive technical refresh equipment, as directed by the Government. ESTIMATED DOLLAR VALUE: $85 Million RESPONSES REQUESTED: Interested offerors are requested to provide a capabilities statement that confirms, at a minimum, significant knowledge and experience providing the requirements stated herein and familiarity with areas of Medical Training Simulation and U.S. Army Medical Department (AMEDD). Interested offerors who possess the technical capability and resources to fulfill the Governments requirement stated herein are requested to respond by Friday, March 24, 2011, 3:00pm Local Time to Mr. William Jensen at William.R.Jensen1@us.army.mil. The capability statement must include the following: 1) Describe capability in producing similar efforts of this magnitude in a restricted environment (personnel assigned to this effort have to be United States citizens and shall have a valid Secret clearance) at a military installation (work will be accomplished on Government installations worldwide), consistent with the requirements above and attached documents; 2) Describe capability to manage engineering resources, including recent experience and logistics considerations and include a discussion on configuration management and quality control issues, risk, and mitigation plans; 3) Page limit shall not exceed 15 pages excluding the cover sheet and the ROM. An exception to the page limit shall be provided for small businesses. Small businesses responding to this notice are provided an additional three (3) pages to address the Limitations on Subcontracting FAR Clause 52.219-14, for a total of 18 pages, plus the cover page and Rough Order Magnitude (ROM); 4) Format shall be Microsoft Word or Adobe Acrobat Reader ; 5) Font size shall NOT be smaller than twelve (12)-point Times New Roman; 6) A cover page shall be included with company name, address, technical and contracts points of contact, business size, description and appropriate codes IAW North American Industry Classification System (NAICS). Interested offerers are also requested to provide one (1) consolidated ROM for all components of the stated requirement as follows: Production A ROM is NOT required for this component. The equipment list referenced in Attachment A is provided as a reference for estimating the Integration, Installation and Fielding component and design consideration for the MSTC Transportable (T) configuration. Integration, Installation and Fielding This portion of the ROM should include an estimate of the staffing required to field a MSTC (I) configuration inclusive of site survey, site prep, receipt of Production equipment, delivery to site, set up and complete the installation. MSTC Transportable (T) design, configuration, fielding, delivery, and training This portion of the ROM should include design, equipment, delivery, installation and New Equipment Training (NET) for a proposed MSTC (T) configuration. Offerors may submit a separate document along with the capability statement document with no more than 25 questions regarding this SSN. Government responses to the questions submitted will be furnished directly to the offerer at a future date. The following instructions apply for question submittals: 1) Submission of a document with questions must be a separate file from the capability statement document; 2) Format shall be Microsoft Word or Adobe Acrobat Reader; 3) Font size shall NOT be smaller than twelve (12)-point Times New Roman; 4) Submission must NOT exceed twenty-five (25) questions nor contain information that would otherwise be found in the capability statement. NAICS Code: To be determined. INDUSTRY DAY: The Government will conduct an Industry Day event on Tuesday, March 29, 2011. The Industry Day is open to all interested offerors who possess the technical capabilities and resources to meet the Government's requirement. Offerors are not required to submit a capability statement to attend the event. Additional information regarding the event is provided in Attachment B, Industry Day Invitation Instructions. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. Contracts POC: Mr. William Jensen, William.R.Jensen1@us.army.mil Technical POC: Mr. Percy Parker, Percy.Parker@us.army.mil Attachments: Attachment A, Draft Equipment List Attachment B, Industry Day Invitation Instructions Attachment C, Visit Authorization Request (VAR)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-11-R-0012/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN02397721-W 20110312/110310234334-5a88ef7f6d0b48ddcad4af0df934446a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.