Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOURCES SOUGHT

U -- SPECIALIZED TRAINING CERTIFICATION - REQUEST FOR INFORMATION

Notice Date
10/10/2018
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, Texas, 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-19-R-CCFP
 
Point of Contact
Joann T. Morton, Phone: 2102213214, JoLena M. Perkin, Phone: 2102214852
 
E-Mail Address
joann.t.morton.civ@mail.mil, jolena.m.perkin.civ@mail.mil
(joann.t.morton.civ@mail.mil, jolena.m.perkin.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
TE_C, PRS TE_B, DELIVERABLES TABLE TE_A, PWS SUPPORT ATTACHMENT 1 QASP DRAFT PWS REQUEST FOR INFORMATION (RFI) THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army Medical Command Health Readiness Contracting Office is not at this time seeking proposals and will not accept unsolicited proposals. Interested parties are advised the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. Potential responders are responsible for monitoring this site for additional information pertaining to this requirement BACKGROUND: The United States Army Medical Command (MEDCOM) is considering a non-personal services requirement to provide specialized training services in support of the U.S Army Critical Care Paramedic Program, Army Medical Department Center and School (AMEDDC&S), U.S. Army Medical Command (MEDCOM). Specialized training services includes, but are not limited to Critical Care and Paramedic training, appropriate clinical rotations, and the cost and scheduling of the Flight Paramedic Certification exam (FP-C) and the National Registry of Emergency Medical Technicians (NREMT) psychomotor and written examinations for the National Registered Paramedic (NRP) certification. The US Government will not exercise any supervision or control over the contract service providers (CSPs) performing the services herein. Such CSPs shall be accountable solely to the Contractor who is, in turn responsible to the US Government. Place of Performance. Services shall be performed in San Antonio Texas for the didactic aspect of both Paramedic Course and Critical Care Course to ensure better command and control of often very junior soldiers that require more direct command and control. Clinical rotations may occur up to 50 miles of JB SA-FSH. Product or Service Code (NAICS): The North American Industry Classification System (NAICS) code is established as 611519, Specialized Military Training. Size Standard is $15M. A draft Performance Work Statement (PWS) is attached to this announcement for reference. PURPOSE: To request information on capabilities of potential offerors to provide the services described in the draft PWS in order to determine if this will be set-aside. Please note, decision to set-aside this requirement for a small business program or to compete it through full and open procedures has not yet been made. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested parties should provide feedback/input to this RFI by submitting the following information via email to Ms. Joann T. Morton, joann.t.morton.civ@mail.mil, not later than 01 November 2018, 12:00 pm, Central Standard Time: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. If the vendor is not physically located within the 50 mile geographical criteria of Ft Sam Houston, San Antonio, TX, would the vendor be willing to facilitate a means to perform these courses with the 50 mile geographical criteria? If so, please include how you could meet these geographical restrictions. (Satellite campus, partnerships, teaming agreements, etc.?) Only the course itself must meet the geographical limitations, not the vendor location. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Small Business Participation Plan. Pursuant to FAR 19.702(a)(1), unless waivered, offerors will be required to submit a Subcontracting Plan IAW FAR 19.704 to meet the following subcontracting goals: Type of Business - % Small Business Concerns - 33% Small Disadvantaged Business - 5% Woman-Owned Small Business - 5% HUBZone Small Business - 3% Service-Disabled Veteran-Owned Small Business - 3% Please describe how your company would meet this requirements, or if you feel your company would be eligible to waiver this requirement, please describe those terms. 5. Does your company currently have Medical Training Agreements (MTA) / Memorandums of Understanding (MOU) with medical facilities? The facilities shall have current accreditation as a Chest Pain Center, Stroke Center, Trauma Center, and /or have Pediatric Intensive Care Unit or Neonatal Intensive Care Unit. YOUR RESPONSE TO THE SYNOPSIS: Please limit your documentation to the following Page Size, Font Type and Size, Spacing and Page Numbering. Responses shall be submitted using a Microsoft Word document with page size 8.5 by 11 inches. Font type shall be Times New Roman, size 10-12 using standard tabs and indent software features with no less than single spacing between lines. Responses are limited to no more than ten (10) pages for the entire RFI response statement. All responses shall be received no later than 01 November 2018, 12:00 pm, Central Standard Time. Please respond via electronic mail (e-mail) to the Contracting Officer, JoLena M Perkin, at the following address: jolena.m.perkin.civ@mail.mil and Contract Specialist: Joann T. Morton, at the following address joann.t.morton.civ@mail.mil. All questions MUST be in writing and should also be directed to Joann Morton and JoLena Perkins. In all responses, please reference in the subject line RFI-Specialized Training Certification. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. All transmitted information marked proprietary shall be treated as such. Therefore, businesses should identify any proprietary information in their responses. Proprietary materials will neither be distributed, nor discussed with, any other organization. Information submitted in response to this will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-19-R-CCFP/listing.html)
 
Place of Performance
Address: Services shall be performed in San Antonio Texas for the didactic aspect of both Paramedic Course and Critical Care Course to ensure better command and control of often very junior soldiers that require more direct command and control. Clinical rotations may occur up to 50 miles of JB SA-FSH., SAN ANTONIO, Texas, 78234, United States
Zip Code: 78234
 
Record
SN05119052-W 20181012/181010230652-0c476cb2e56d62e01c3ac53f1c3fc98c (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.