Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
MODIFICATION

69 -- Procurement and installation of the Instruction Support System equipment required to outfit the Medical Simulation Training Centers and integration services required to create a Turn-Key operation.

Notice Date
7/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK11R0033
 
Archive Date
7/21/2012
 
Point of Contact
Derek Karis, (407) 208-3152
 
E-Mail Address
PEO STRI Acquisition Center
(derek.karis@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: Medical Simulation Training Center (MSTC) Instruction Support System / Turn Key Integration (ISS/TKI) Acquisition REQUIREMENT: The 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 procurement and installation of the Instruction Support System equipment required to outfit the Medical Simulation Training Centers and integration services required to create a Turn-Key operation. This requirement will establish new MSTC locations and equip and standardize existing MSTCs with upgraded capabilities. 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. A Sources Sought Notice and Industry Day was previously posted that included the Instruction Support System (ISS) and the Turnkey Integration (TKI) effort combined with the Virtual Patient System (VPS). The Government later determined to separate the two efforts into two distinct contract actions. PROGRAM DESCRIPTION: The MSTCs are a standardized Army training asset located at various military installations worldwide, delivering effective medical training using a standardized training platform to better prepare Soldiers for application of medical interventions under combat conditions. They provide medical training and education on new battlefield procedures and equipment, while providing comprehensive training in several formats, including classroom settings, practical hands-on training simulations, trauma lanes, and distance learning. The MSTC medical skills training platform allows Soldiers to obtain sustainment and validation of 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). All of the MSTC POIs are provided by the U.S. Army Medical Department Center and School (AMEDDC&S). Each MSTC consists of a Virtual Patient System (VPS), Medical Training Command and Control (MT-C2), Medical Training Evaluation System (MTES), Medical Training and Validation Lanes, the Instruction Support System (ISS) and the Turnkey Integration (TKI). This SSN is for the ISS and TKI portion ONLY. Instruction Support System (ISS) The ISS includes the MSTC facility's furnishings, environmental special effects equipment (strobe lights, fog machines, audiovisual enhancements per attached equipment list), camera surveillance capability, and other instructional support technology components required to deliver the POIs provided by AMEDDC&S as described in the equipment list in Attachment A. Certified training instructors, staff and technical and operational maintenance are NOT part of this requirement. At present, the MSTC program has fielded an Initial Operational Capability (IOC) of 18 MSTC systems. The MSTC program's Full Operational Capability (FOC) currently requires 34 MSTCs. This effort requires the retrofitting of the existing 18 MSTCs as well as fielding the remaining 16 MSTCs to reach FOC. THRESHOLD CAPABILITIES REQUIRED: The contractor will be responsible for procuring all equipment associated with the ISS (see Attachment A). The contractor will ensure that all virtual patient systems (located at the various sites and provided as Government Furnished Equipment (GFE)) and equipment is integrated and interoperable. ACQUISITION APPROACH: In accordance with Federal Acquisition Regulation, Part 10, Market Research, the Government is conducting market research to determine the acquisition strategy. The Government's intent is to set it aside for Small Businesses, but all responses are welcomed. A Firm Fixed Price (FFP) contract is anticipated with Time and Material (T&M) Contract Line Item Numbers (CLINs) for Engineering and anxillary support. 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 fielding's 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) MSTCs will be fielded each year until FOC is reached. Pre-existing MSTCs will receive technical refresh equipment, as directed by the Government. ESTIMATED DOLLAR VALUE: aproximately$39 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). The Government will entertain questions from Industry until July 29, 2011. All questions will answered and posted via an amendment to this announcement. Questions received after the stated date, may or may not be answered. Interested offerors who possess the technical capability and resources to fulfill the Governments requirement stated herein are requested to respond by August 4, 2011, 3:00 pm Local Time to Mr. Derek W. Karis at derek.karis@us.army.mil and Mr. William Jensen at William.R.Jensen1@us.army.mil. The capability statement must: 1.Describe capability in producing similar efforts of this magnitude in a restricted environment ; personnel assigned to this effort must be United States citizens and shall have a valid Secret DOD security clearance to have access to 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 eight (8) pages excluding the cover sheet. 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 11 pages, plus the cover page; 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). NAICS Code: 611710 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. Derek W. Karis at derek.karis@us.army.mil and Mr. William Jensen, William.R.Jensen1@us.army.mil Technical POC: Ms. Susan Kerr, susan.r.kerr@us.army.mil Please contact Mr. Karis for attachments that did not upload.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK11R0033/listing.html)
 
Record
SN02508640-W 20110724/110723014558-c5ba0082b3ecc451838fd2da4058fb0d (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.