Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2010 FBO #3056
SOLICITATION NOTICE

65 -- Synopsis - Tactical Combat Casualty Care

Notice Date
4/5/2010
 
Notice Type
Presolicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-10-R-0018
 
Point of Contact
Leatrice J. Frederick, Phone: 8138266513, Dorothy E Lewis, Phone: 813-826-3005
 
E-Mail Address
frederl@socom.mil, lewisd@socom.mil
(frederl@socom.mil, lewisd@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis - Tactical Combat Casualty Care The U.S. Special Operations Command (USSOCOM) Directorate of Procurement, has a requirement for a Prime Integrator (PI) to procure and assemble the Special Operations Forces (SOF) Tactical Combat Casualty Care (TCCC) Casualty Evacuation (CASEVAC) Set. The SOF TCCC program provides critical trauma care to SOF operators in accordance with the well accepted national standards and principles as outlined in the Advanced Cardiac Life Support (ACLS) course, Basic Life Support (BLS) course, and Pre-hospital Trauma Life Support (PHTLS) manual for TCCC. The goal of TCCC focuses on reducing preventable battlefield deaths and minimizing the adverse affects of injuries. The SOF TCCC CASEVAC Set will be used for access, rescue, evacuation and stabilization of casualties. The SOF CASEVAC Set includes four kits with distinct capabilities and performance parameters: Extraction, Mobility, Transport and Sustainment. Together the CASEVAC Set provides the Operator the capability to extract, move and sustain a casualty in austere conditions. TCCC Performance Specification includes requirements for performance, functionality, weight, and interoperability with SOF standard and non standard equipment, and various mobility platforms for air, ground, and sea movement. It also includes the requirements for kitting, delivery, training media development, and maintenance support (field service rep training). The continued spiral development of the Sets is required for product improvements, state-of-the-art Technology and platform usage. The overall intent for the CASEVAC Set is to provide individual modules capable of being used independently based on current SOF mission requirements. The Modules in whole or in part allow man-portable/man-packable subsets to be available to fit into small and limited spaces on SOF mobility vehicles. Innovation and ingenuity are essential for equipment selection in order to meet the performance specifications. The design of the CASEVAC Set should focus on the desired functional effectiveness, not on an item-specific compilation of equipment. The PI, in accordance with the terms and conditions of the contract, will control: management, delivery, surge requirements, CASEVAC Set quality assurance plans, configuration management, supply chain management, warranties, part numbers, program management, packaging, labels and marking for a one button control support operation. Independent items of medical and non-medical equipment will have to be National Stock Numbered (NSN) when appropriate and will be certified in accordance with commercial standards. This acquisition is a 100% set-aside for Small Business. The NAICS code for this effort is 339113, the FSC is 4240, and the small business size standard is 500 employees. The Government intents to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for a minimum quantity of three (3) Production Demonstration Models (PDM) for evaluation. The PDMs will undergo Operational and Development Testing (ODT) for down select to a single IDIQ contract award. PHASE I award(s) will be for PDMs; PHASE II will be the exercise of the Production option for a single contractor. The period of performance (PoP) is one year PMD OT&DT with a four year optional Production ordering period. At this time, the expected PoP will not exceed 5 years. The estimated Request For Proposal (RFP) date will be 15 days after publication of the synopsis. When accomplished, the award will be made to the offeror or offerors whose proposal represents the best value to the Government, considering the factors set forth in the solicitation. Failure to meet the solicitation requirements will result in elimination from further evaluation and consideration. All clauses applicable to the draft solicitation may be accessed electronically at the following addresses: http://www.acquisition.gov/far/; http://farsite.hill.af.mil; http://farsite.hill.af.mil/VFDFARA.HTM. Offeror's must be registered in the Central Contractor Registry (CCR) to be eligible for award. Information on the CCR may be obtained at http://www.ccr.gov. All questions concerning this requirement shall be provided in writing by letter or email to Leatrice Frederick (Contract Specialist) at frederl@socom.mil and Dorothy Lewis (Contracting Officer) at lewisd@socom.mil. This synopsis is an announcement for the TCCC/CASEVAC set requirement. This notice shall not be construed as a RFP or as an obligation on the part of the Government. No entitlement to payment will arise as a result of the submission of contractor information. USSOCOM will post in the RFP to FedBizOpps after finalization of the acquisition documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-10-R-0018/listing.html)
 
Record
SN02112603-W 20100407/100405234657-28a8f23d13553598302d6c207ddfd3de (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.