Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2006 FBO #1670
SOURCES SOUGHT

R -- USUHS WMD Collaborative Medical Readiness Initiative

Notice Date
6/21/2006
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
Reference-Number-MEM6AS014
 
Response Due
6/30/2006
 
Archive Date
7/15/2006
 
Description
The Uniformed Services University of the Health Sciences (USUHS) has a requirement for a scenario-based curriculum for an on-line education and training program on disaster response to incidents involving chemical agents, to include weaponized agents and industrial/agricultural accidents. The target audience will include first responders, EMT/Paramedics, nurses, physicians, hospital administrators, and emergency managers. Curricular material must be of sufficient quality for continuing health education accreditation. The curriculum will also include a library with field guides for the management of chemical casualties and references with links to related materials. The applicable NAICS code is 541990-All other Professional, Scientific, and Technical Services. USUHS is seeking sources that would be able to provide the scientific/medical expertise needed to assist in creating an on-line education and training program. Nature of Work-The contractor will work with the USUHS Center for Disaster and Humanitarian Assistance Medicine, CDHAM, to design and develop appropriate objectives and educational activities to support the full range of cross-cutting issues dealing with the chemical threat and response considerations. a) Vendor will provide material to CDHAM in a pre-approved format for evaluation, editing and final approval. b) CDHAM will arrange for all editing and reserves the right for final acceptance or refusal. c) Vendor will secure all permissions and copyrights on any material submitted. d) Vendor will ensure that the material submitted is developed and written in a format and language that is conducive to a full range of healthcare professionals and responders. e) The Vendor will ensure that the content is relevant, current, and accurate. CDHAM has final, approval and ownership of all content that is used in the program. f) All material used for the courses will be pilot tested and test questions will be validated for accuracy. All content material used in this program will be developed in a timely manner such that the USUHS Office of Continuing Education will be able to review for assignment of CE credit. g) CDHAM will provide a program manager and educational developer to work with the contractor in the development of this program. The Program manager will serve as the CDHAM point of contact for all matters pertaining to the program development. h) The system software and the developed content will be fully licensed to the U.S. Government for unlimited users. I) the contractor will conform to technology platform guidelines for distance learning activities, specifically SCORM conformance and HLA compliance, issued by the Department of Defense Specific weapon agents covered in the curriculum will include those recognized by the military and federal agencies as follows: Chemical Agents: Blister Agents, Nerve Agents, Blood Agents, Crowd Control Agents, Industrial/Agricultural Agents Cross-cutting: Personal Protective Equipment, Decontamination, Emergency Planning and Preparedness, Surge Capacity, Legal Issues (PH Law, HIPPA), Mental Health, Risk Communication, Triage, Stockpile, NIMS/National Response Plan Vendors that believe they are able to provide the requested services are to fax or e-mail the following information: 1. Brief narrative of services provided by your company. 2. Description of two contracts held for similar scope of work, including performance period, contract amount, name of agency/business, and contact information for the current POC on each contract. 3. Socio-economic status and supporting documentation. 4. List of businesses that you have provided similar services to that are not Government agencies. 5. Provide information on any Government contract vehicles that you have that could be utilized for this requirement. A cover sheet shall be included with each submission containing the following information: Business Name and address, POC name and telephone number, DUNS number and socio-economic status. Please limit responses to 5-8 pages. There is no additional information available at this time. Please e-mail, micreenan@usuhs.mil, or fax, 301.295.1716, the requested information by June 30, 2006
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, MD
Zip Code: 20814
Country: United States of America
 
Record
SN01074995-W 20060623/060621221433 (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.