Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
MODIFICATION

69 -- Medical Training Evaluation System (MTES) for the Medical Simulations Training Center (MSTC)

Notice Date
4/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK12RMTES
 
Response Due
4/23/2012
 
Archive Date
6/22/2012
 
Point of Contact
Michael Ramsay, 407-208-3449
 
E-Mail Address
PEO STRI Acquisition Center
(michael.ramsay@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), Product Manager (PM) for Medical Simulation (MedSim) has a requirement for the procurement and installation of systems and equipment that captures and records the demonstration of critical knowledge, performance, and skills. The requirement also includes a performance review component capable of providing pre-defined queries as well as Ad Hoc queries of the Soldiers' classroom knowledge and skills assessment in order to provide a complete review of medical skills application and to identify where continued areas for improvement exist. The Medical Simulation Training Center (MSTC)s 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 validation 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, Medical Education and Demonstration of Individual Competence (MEDIC), and the Combat Life Saver (CLS) Programs of Instruction (POI). These MSTC POIs, are provided by the U.S. Army Medical Department Center and School (AMEDDC&S), which include Tactical Combat Casualty Care (TC3) principles. This requirement will equip and standardize existing MSTCs with Medical Training Evaluation System (MTES) capabilities for 2,500 annual student throughput. At present, the MSTC program has fielded an Initial Operational Capability (IOC) of 18 MSTC systems. The minimum capabilities of the MTES are as follows: The software Medical Training Evaluation Review (MeTER) to support the MTES is Government owned with unlimited rights. MeTER will be uploaded into each hardware system, provide technical upgrades and update the content in accordance to current guidance from the U.S. Army Medical Department Center and School (AMEDDC&S). MeTER will run on a tablet personal computer for the purpose of training each soldier and a transportable computer to be used as a main server that will wirelessly interface with all the tablets within the same location. The hardware will include a CAC reader for the software to recognize whether the CAC inserted is an instructor or student, which would result in access to the correct databases respectively. All information and records will automatically be saved to a master data repository located in the main server. The hardware will be wireless secure, and follow the DOD Information Assurance Certification and Accreditation Process (DIACAP) steps necessary to achieve the required Authority to Operate (ATO) certifications. The MTES will include an Army approved Remote Network System to allow for distant management, control and configuration of each site. ACQUISITION APPROACH: The Government anticipates this procurement to be a Small Business set-aside. In accordance with Federal Acquisition Regulation (FAR), 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 18 MTES retrofit sites no later than 12 months after contract award. Each site will receive 40 systems (30 student tablets, 4 instructor tablets,, 1 Technical Support representative tablet, 1 main server, and 4 spare tablets). All MSTCs will receive technical refresh equipment as directed by the Government. ESTIMATED DOLLAR VALUE: TBD 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). Additionally, offerors shall identify their Small Business socio-economic group and include certifications as part of their submission. Interested offerors who possess the technical capability and resources to fulfill the Government's requirement stated herein are requested to respond by 23 Apr 2012, 2012, 3:00pm Local Time to MAJ Michael Ramsay at Michael.Ramsay@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 Rough Order of Magnitude (ROM). An exception to the page limit shall be provided for small businesses. Small businesses responding to this notice are provided an additional three (4) pages to provide Small Business certifications, address the Limitations on Subcontracting FAR Clause 52.219-14, for a total of 19 pages, plus the cover page and 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).. The following instructions apply for question submittals: 1)Submission of a document with questions must be a separate file from the capability statement and ROM 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. NAICS Code: 541512 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: MAJ Michael Ramsay, Michael.Ramsay@us.army.mil Technical POC: Ms. Fabiola Hollman, Fabiola.Hollman@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK12RMTES/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN02721007-W 20120414/120412235856-162d00939878b5c023674821ad2252d5 (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.