Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SOLICITATION NOTICE

U -- 414 CTS Advanced Medical Training

Notice Date
6/18/2025 2:33:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
 
ZIP Code
89191-7063
 
Solicitation Number
F3G5BA5140A001
 
Response Due
7/9/2025 7:00:00 AM
 
Archive Date
07/09/2025
 
Point of Contact
Samuel Toledo, Jessica Lavender
 
E-Mail Address
samuel.toledo.1@us.af.mil, jessica.lavender.1@us.af.mil
(samuel.toledo.1@us.af.mil, jessica.lavender.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, following FAR 13 Simplified Acquisition procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. The solicitation number is F3G5BA5140A001. This solicitation is issued as a Request for Proposal (RFP). A Firm Fixed Price type contract will be awarded. 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, effective 11 June 2025. 3. This combined synopsis/solicitation is being issued as a Total Small Business Set-Aside, and the associated NAICS code is 611699 (All other Miscellaneous Schools and Instruction), Small Business Size Standard $16.5M. 4. Description of Services: The contractor shall provide instructors and materials for an advanced medical training (AMT) session for up to 12 personnel with a period of performance of 2 Aug 2025 � 9 Aug 2025. This will include up to 13 AMT training models (with Class VIII medical materials to support training) and AMT platforms for use by recovery/medical personnel and two US led FMP. For more information, please see: Attachment 1- SOW Period of Performance: 2 August 2025 � 9 August 2025 (working only 3 days total, 4, 6, and 7 Aug 2025) Place of Performance: Nellis AFB, NV FOB Point: Destination 5. The following provisions are incorporated by full text. 52.212-1, Instructions to Offerors � Commercial, Addendum, applies to this acquisition. (1) FAR 52.212-1, paragraph (b)(8), is changed to read: (8) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (2) FAR 52.212-1, paragraph (c), is changed to read: (c) Period for acceptance of offers. The offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (3) To be considered for this requirement, the offer shall complete the Price Sheet. Fully complete the pricing on each CLIN as required. The Contractor shall fill out a unit price, the extended price and a total price for all CLINs. Please ensure that all prices, extended prices and total prices are checked and verified for accuracy. DO NOT go two (2) digits beyond the decimal point. (4) In accordance with FAR Part 9, Contractor Qualifications, the Government has a right to retrieve past performance information through the Government�s past performance databases, Federal Awardee Performance Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS). Any active exclusions will deem the contractor non-responsible, therefore, the offeror will not be eligible for contract award. An offeror determined to have an unsatisfactory performance record will be determined non-responsible, therefore, the offeror will not be eligible for contract award. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. 52.212-2, Evaluation � Commercial Items (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 � Price Factor 2 � Technical Factor 3 - Past Performance Award will be made to the Offeror whose Acceptable Technical Proposal represents the Best Value to the Government. Best Value will be determined by the Lowest Priced Technically Acceptable offer along with an Acceptable Past Performance rating. Offers will be rated by Total Evaluated Price (TEP) and then by technical acceptability, followed by past performance . The Government will begin the technical evaluations with the lowest priced offer. Once a lowest priced, technically acceptable offer with acceptable past performance is identified, evaluations will cease. Factor 1 � Price. The Government will evaluate an offer by TEP. The Government will ensure the evaluated price for all offers are fair and reasonable according to the general market. If only one offer is received, the Government may use various price analysis techniques and procedures to ensure a fair, reasonable, and realistic price. It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness. Factor 2 � Technical. Technical acceptability will be determined on an Acceptable or Unacceptable basis. To be determined technically acceptable the Contractor shall provide an offer that clearly meets the requirements of the Solicitation and demonstrates the Contractor�s ability to perform the services in accordance with the Statement of Work (SOW). Technical Questions being evaluated: Does the proposal clearly identify the Contractor�s ability to provide services as outlined in the SOW? Does the proposal clearly identify the Contractor's ability to provide instructors that can perform airborne for helo/vehicle extract scenarios stated on SOW? Does the proposal clearly show the contractor�s understanding and competency with what is being requested in the SOW. Does the proposal clearly demonstrate that the contractor has all the tools and resources required for the exercises outlined in the SOW? Does the proposal demonstrate the extensive military/instructor experience and qualifications needed for the stated scenarios in the SOW? Is the contractor IAW Attachment 3 � DoD Directive 3216.01 Technical Acceptable/Unacceptable Ratings - Rating / Description Acceptable The proposal clearly demonstrates a thorough understanding of the requirements, provides all required licenses, and describes an approach demonstrating how the tasks will be accomplished in accordance with the technical questions being evaluated and the tasks outlined in the Performance Work Statement and Services Summary. Unacceptable The proposal does not demonstrate an understanding of the requirement. A demonstration of how the tasks will be accomplished in not clearly defined. ******PAST PERFORMANCE WILL BE TAILORED BASED ON THE COMPLEXITY OF THE REQUIREMENT BEING SOLICITED***** Factor 3 � Past Performance. The Government will evaluate the completion of the offeror�s past performance by reviewing the Past Performance Questionnaire (Attachment 2 � Past Performance Eval Survey) and Federal Awardee Performance and Integrity Information System (FAPIIS). If the Offeror has one (1) or more active FAPIIS exclusions, the overall rating is Unacceptable, and the proposal will not be evaluated further. Complete the Past Performance Questionnaire and provide evidence of at least (2) two but no more than (3) three recent examples of Federal Contracts. Past Performance will be evaluated for recency. Recency is defined as within the past 3 years from date of solicitation, that are relevant to this requirement. Relevant work for this requirement includes having instructed Advanced Medical Training (AMT) in similar scenarios stated in Attachment 1 � SOW, previous military/PJ experience or have closely worked with them, and it will be rated according to the following table: Confidence Rating Matrix - Rating / Description Satisfactory (1): Any PPQ Ratings of Satisfactory, Good, and Exceptional will be rated as Satisfactory Confidence. Unknown (0): Any PPQ Ratings of Neutral, or Contractor�s without any Past Performance references will be rates as Unknown Confidence. Unsatisfactory (-1): Any PPQ Ratings of Marginal and Unsatisfactory will be rated as Unsatisfactory Confidence. The Government will evaluate the quality of the offeror�s past performance by analyzing past performance received and other past performance information data independently obtained from Government and/or commercial sources which may include, but not limited to: Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS); Federal Awardee Performance and Integrity Information System (FAPIIS); or other databases. Offerors without a record of past performance, or for whom information is so sparse that no confidence assessment rating can be reasonably assigned, will not be evaluated favorably or unfavorably on past performance and, as a result, will receive an �Unknown Confidence� rating. A strong record of relevant past performance may be considered more advantageous to the Government than an �Unknown Confidence� rating. The Contract will be awarded to the offeror with the lowest evaluated price that is also deemed technically acceptable, and responsible in accordance with FAR Part 9.1, who also obtained a Past Performance Rating of at least Unknown Confidence and has no negative FAPIIS or CPARS or PPIRS. The Government intends to evaluate proposals and award one (1) contract with a Questions and Answers (QnA). Therefore, the offeror�s initial proposal shall contain the offeror�s best terms and ensure any questions are submitted before QnA deadline. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. A written notice of award or acceptance of an offer shall result in a binding contract utilizing the offeror�s Acceptable proposal. 6. QUESTIONS AND ANSWERS: All questions must be submitted via email to A1C Samuel Toledo at samuel.toledo.1@us.af.mil. The deadline for submitting questions is Wednesday, 25 June 2025 at 10:00 AM PDT. Questions submitted after the cutoff date and time will not be reviewed or answered. The answers will be provided by Friday, 27 June 2025 at 4:30 PM PDT. All responses to questions will be posted to SAM.gov for viewing. 7. Proposals are due no later than Wednesday, 9 July 2025 at 10:00am PDT. Only offers submitted electronically, via email, will be considered for this requirement. Submit offers to A1C Samuel Toledo at samuel.toledo.1@us.af.mil. Include the solicitation number, F3G5BA5140A001, in the Subject Line of the email to ensure prompt receipt of your proposal. DELIVERABLES: At a minimum, Offerors shall provide the following with their proposal: Technical Proposal, outlining how the service will be accomplished IAW the SOW. Attachment 1 � Price List (completed) Attachment 2 � Past Performance Questionnaire Offers that do not include a complete proposal will be deemed unresponsive and not considered. Combo Synopsis Solicitation with Past Performance Attachment 1 - SOW Attachment 2 � Past Performance Eval Survey Attachment 3 � DoD Directive 3216.01 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/ (End of clause) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/ (End of clause) PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.212-3 - Offeror Representations and Certifications�Commercial Products and Commercial Services (Dec 2022) FAR 52.212-4 - Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022) FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Mar 2023) FAR 52.219-1 - Small Business Program Representations (Mar 2023) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (Jan 2023) AFFARS 5352.201-9101 - Ombudsman (Oct 2019) AFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Oct 2019)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8d488d09d3284cd8ae198675f8e82d08/view)
 
Place of Performance
Address: Nellis AFB, NV 89191, USA
Zip Code: 89191
Country: USA
 
Record
SN07482510-F 20250620/250618230333 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.