Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

U -- Paramedic and Critical Care Certification Course

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K0412RPCCC01
 
Response Due
12/27/2011
 
Archive Date
2/25/2012
 
Point of Contact
Quinella M. Purks, 210-221-3699
 
E-Mail Address
Center for Health Care Contracting
(quinella.m.purks@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The NAICS code is 611310; the size standard is $7.0 M. The Government intends to award one or multiple Master Blanket Purchase Agreements (BPA) for the U.S. Army Medical Department (AMEDD), Fort Sam Houston, San Antonio Texas, to provide a Paramedic Certification Course and a Critical Care Course. The paramedic course shall be accredited by the Committee on Accreditation of Educational Programs for the Emergency Medical Services Professions (CoAEMSP). The course curriculum shall be in accordance with the guidelines set forth by the National Registry of Emergency Medical Technicians and the Board of Critical Care Transport Paramedics for the FP-C standard. This procurement is being solicited as full and open competition but is restricted to the San Antonio, Texas area only. This agreement will be established in accordance with Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements. Master BPAs are not contracts and are not funded. Funded BPA Calls will be issued to order the courses as students are available to attend the courses. All responsible sources may submit a quotation/price list which shall be considered by the agency. This procurement is being processed under FAR part 13.5, Test Program for Certain Commercial Items in conjunction with FAR Part 12, Acquisition of Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54(effective 2 December 2011) and Defense Federal Acquisition Regulation Supplement (DFARS), change notice 20111207. It is the offerors responsibility to be familiar with all applicable clauses and provisions. The projected period of performance is from date of award thru 31 October 2012 with no option periods. Due date for Price Lists/Quotes to be submitted is 27 Dec 11 at 4:00 p.m. Central standard Time. Price lists/Quotes can be emailed to quinella.m.purks@us.army.mil REQUIREMENT INFO -The US Army Medical Department has a need to upgrade all Flight Medics to Emergency Medical Technicians or NREMT-B. Two courses are needed, a Paramedic Certification Course and a Critical Care Course; both courses are to be accredited by CoAEMSP and be taught in accordance with the National Registry of Emergency Medical Technicians and the Board of Critical Care Transport Paramedics for the FP-C standard. More details concerning the courses are in the Performance Work Statement which is incorporated in this document. This Solicitation is comprised of the following: I. Contract Line Item (CLIN) Specifications II. Performance Work Statement III. Applicable FAR and DFARS clauses IV. Attachments I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS CLIN 0001- Paramedic Certification Course CLIN 0002-Critical Care Clinical Course Courses shall be accomplished in accordance with the below attached Performance Work Statement II. PERFORMANCE WORK STATEMENT Performance Work Statement for Non-Personal Services US Army Critical Care Flight Paramedic Program 1. General. This is a non-personal services contract to provide paramedic training and certification as well as critical care clinical training in order to prepare students for the National Registry of Emergency Medical Technicians-Paramedic (NREMT-P) and Certified Flight Paramedic (FP-C) examinations. The US Government will not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who is, in turn responsible to the US Government. 1.1. Background. The US Army Medical Department (AMEDD) has identified a gap in the training and knowledge base in the flight medic community. The current conflicts around the globe have seen a significant increase in the survivability of soldiers, sailors, airmen and marines in combat. This has, however resulted in an increase in critically ill and complex patients further forward on the battlefield. In the past, it has been the duty of the flight medic or corpsman to render en route care in the back of medical evacuation (MEDEVAC) or casualty evacuation (CASEVAC) aircraft from either the point of injury (POI) or sites of damage control surgery. The current training standard for Army Flight Medics is Emergency Medical Technician or NREMT-B. In the civilian air ambulance setting, NREMT-B medics are not authorized to provide the level of en route care required by modern combat casualties. Furthermore, the AMEDD has studied the problem and identified an improvement in outcomes when MEDEVAC units have a higher proportion of NREMT-P trained personnel than those with predominantly NREMT-B. The Commanding General, US Army Medical Department Center & School (AMEDD C&S) determined that in order to bridge the training gap between battlefield providers and their civilian counterparts the US Army will establish a training program to upgrade training to the NREMT-P standard for 100% of all existing flight medics, and train all new flight medics to the NREMT-P standard. Additionally, all new flight medics will receive critical care training in an ICU setting. The US Army Critical Care Flight Paramedic Program consists of four phases: Phase 1 is the distance learning (computer-based training) course administered by the Army; Phase 2 is the Flight Medic Course taught by the US Army School of Aviation Medicine; Phase 3 is the paramedic certification portion covered by this contract; and Phase 4 is the critical care clinical course also provided by this contract. Upon completion of Phase 3, students will take the NREMT-P examination, and upon completion of Phase 4, students will take the FP-C exam. The contractor provides administration of both exams under the terms of this Performance Work Statement (PWS). After completing the exams, students will participate in a one-week field environment validation exercise provided by the Army. 1.2. Scope of Work. The contractor shall provide a paramedic certification course consisting of no more than six months, a critical care clinical course consisting of no less than 8 weeks, exam administration of the NREMT-P and FP-C exams, and remediation for student failure as described in this PWS. 1.2.1. The contractor shall provide qualified personnel, services, materials, equipment, supplies and facilities necessary to conduct a fully accredited paramedic training program for no greater than 60 students (two iterations of up to 30 students per iteration) selected by the US Army for enrollment. 1.2.2. The paramedic course shall be accredited by the Committee on Accreditation of Educational Programs for the Emergency Medical Services Professions (CoAEMSP). 1.2.3. The contractor shall provide qualified personnel, facilities, services, materials, equipment and testing capability to conduct the didactic portion of the critical care course and administer the FP-C examination. The critical care clinical course will involve training in medical Intensive Care Unit (ICU), surgical ICU, pediatric and neonatal ICU, cardiac ICU, burn unit, and anesthesia/post-operative care in an inpatient setting. 1.2.4. The course curriculum shall be in accordance with the guidelines set forth by the National Registry of Emergency Medical Technicians (NREMT) and the Board for Critical Care Transport Paramedic Certification (BCCTPC) for the FP-C standard. 1.2.5. The contractor shall comply with all applicable laws, rules and regulations. 1.2.6. Safety Requirements: The contractor shall maintain health and safety standards compliant with the requirements of the Occupational Safety and Health Administration (OSHA.) 1.2.7. Security Requirements: The contractor shall be responsible for the security of all service member information. 1.2.8. Operational Security: Neither the contractor nor any of its contract service providers shall disclose or cause to disseminate information concerning operations of military activities. Such action(s) could result in violation of the contract and possible legal actions. 1.2.9. All inquiries, comments of complaints arising from any matter observed, experience, or learned of as a result or in connection with the performance of this contract, the resolution of which may require the dissemination of official information, shall be directed to the contracting officer's representative (COR) and the contracting officer. 1.2.10. The contractor shall only conduct business with designated government personnel listed as points of contact (POC's.) Names of authorized personnel will be provided to the contractor by the government, in writing, no later than three days after award, and updated as necessary throughout the contract period. 1.2.11. US Government records, copies of original results and reports, verified original data, corrected data, and corrected supporting final reports are maintained by the contractor, but remain property of the US Government. These files, results must be surrendered to the COR. 1.2.12. Identification of Privacy Act: The contract requires the development of a system of records in accordance with the Privacy Act of 1974. 2. Definitions and Acronyms. 2.1. Definitions. 2.1.1. Contractor. The term used in this contract refers to the prime. 2.1.2. Contracting Officer. A person with authority to enter into contract; administer, or terminate contracts. Make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. Contracting Officer's Representative (COR). An employee of the US Government appointed by the contracting officer to monitor contractor performance. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. Contract Service Provider. An employee of the contractor. 2.1.5. Physical Security. Actions that prevent the loss or damage of government property. 2.1.6. Quality Assurance. The various functions, including inspection, performed by the government to determine whether a contractor has fulfilled the contract obligations pertaining to quality and quantity. 2.1.7. Quality Control. All necessary measures taken by the contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.8. Subcontractor. One that enters into a subcontract and assumes some of the obligations of the primary contractor. 2.2. Acronyms. ACLSAdvanced Cardiac Life Support ALSAdvanced Life Support AMLSAdvanced Medical Life Support BCCTPCBoard for Critical Care Transport Paramedic Certification BLSBasic Life Support CoAEMSPCommittee on Accreditation of Educational Programs for the Emergency Medical Services Professions CORContracting Officer's Representative EMSEmergency Medical Services HIPAAHealth Insurance Portability and Accountability Act of 1996 ICUIntensive Care Unit ITLSInternational Trauma Life Support NREMTNational Registry of Emergency Medical Technicians PALSPediatric Advanced Life Support PEPPPediatric Education for Prehospital Providers POCPoint of Contact POIProgram of Instruction PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program 3. Government Furnished Items and Services. 3.1. General. The US Government will: 3.1.1. Ensure approved students have passed a background check and otherwise meet NREMT standards for paramedic training prior to the student submitting their application to the contractor for admission. 3.1.2. Maintain an active site code through the NREMT. 3.1.3. Provide a COR to monitor soldiers in the US Army Critical Care Flight Paramedic Program. 3.2. Facilities. 3.2.1. The US Army will provide training facilities at San Antonio Military Medical Center (SAMMC) in San Antonio for the clinical rotation for the initial iteration of the critical care course. 4. Contractor Furnished Items and Responsibilities. 4.1. Materials. 4.1.2. The contractor shall provide all required references, texts, study materials, and access to online resources required for course completion. 4.2. Equipment. 4.2.1. The contractor shall provide all medical equipment required to conduct training, testing and evaluation of student performance. 4.2.1.1. The contractor shall provide access to ground and air ambulance vehicles commonly used in the practice of paramedicine and critical care transport in order to train students on safe operation of and in these vehicles as part of their professional practice. 4.3. Facilities. 4.3.1. The contractor shall provide for student use all normally available student privileges such as, but not limited to, classroom, laboratory facilities, study hall space, student lounge space, and ready room/locker facilities.. 4.4. Contractor Responsibilities 4.4.1. Provide all Student and COR Identification Badges. 4.4.1.1. Contractor student ID. 4.4.1.2. Individual training facility ID if required. 4.4.1.3. Security entry ID and or fingerprint cards if required. 4.4.1.4. Parking passes for students covered by this PWS. 4.4.2. Provide all training facility required paperwork such as policies, training rosters, maps, and regulations to clinical coordinator. 4.4.3. Conduct all training facility required student training such as HIPPA prior to clinical. 4.4.4. Provide COR access to Fisdap. 4.4.5. Allow select VIP training facility tours with prior coordination. 4.4.6. Provide trained and credentialed preceptors. 4.4.7. Provide all documentation, as required by training facilities, for student access to clinical rotations, assessments and internships. 4.4.8. Provide COR access to Blackboard (or equivalent) to include visibility of student performance. 5. Description of Work. The contractor shall provide paramedic training and critical care clinical training as described in this PWS, to include preparation and testing for the NREMT-P exam and the FP-C Exam. 5.1. Paramedic Course. The contractor shall provide to the US Government a paramedic training course in accordance with the minimal terminal objectives for EMS personnel as defined by the National EMS Education Standards. 5.1.2. The contractor's Educational Program shall meet the following criteria: 5.1.2.1. Shall maintain an affiliation with an American College of Surgeons Accredited Level 1 Trauma Center for clinical education. 5.1.2.2. Shall maintain a medical oversight relationship with a large urban EMS system with an Advanced Life Support (ALS) call rate of greater than 50%. 5.1.2.3. Shall be a post-secondary educational institution. 5.1.2.4. Shall be accredited by CoAEMSP. 5.1.2.5. Shall have a NREMT Site Code. 5.1.2.6. Shall comply with all state requirements for conducting EMS certification courses.. 5.1.2.7. Shall be able to establish educational Memorandum of Understanding/Memorandum of Agreement with local supporting EMS Agencies, hospitals and equivalent out-of-state facilities for purposes of clinical rotations in order to meet ALS call requirements, prior to the start of the course. 5.1.2.8. Shall provide at least two iterations of the paramedic and critical care sequence of coursework, all commencing in fiscal year 2012 (FY12) pursuant to the issuance of appropriate BPA calls. 5.1.2.9. Shall obtain and maintain American Heart Association Training Center status for Basic Life Support (BLS), Advanced Cardiac Life Support (ACLS), Advanced Medical Life Support (AMLS), International Trauma Life Support (ITLS), Pediatric Advanced Life Support (PALS) and Pediatric Education for Prehospital Providers (PEPP), and become a National Association of EMTs ITLS affiliated training program within 30 days of award of contract, for purposes of certifying students in these programs in accordance with US Army Programs of Instruction (POIs). 5.1.2.10. Shall provide commensurate college credits through the respective institution for all students completing the coursework. 5.1.2.11. Shall coordinate set-up and assume all fees associated with anatomy lab experiences for all classes with the exception of student transportation, which will be coordinated and supplied by the US Army. 5.1.2.12. Shall provide reporting to the COR regarding any student test or examination failure, within 24 hours of occurrence. 5.1.2.13. Shall coordinate schedule changes/concerns with the COR within 48 hours of discovery. 5.1.2.14. Shall extend and secure all medical training agreements with medical facilities and EMS agencies for the purpose of clinical and field rotations in accordance with course objectives and at the contractor's expense. 5.1.2.15. Shall coordinate with the COR on scheduling for students during clinical and field rotations in accordance with course objectives. 5.1.2.16. Shall provide access to all clinical and field rotation sites, including, but not exclusive to, licensing and any necessary support/preceptor staff. 5.1.2.17. Shall ensure US Army students receive the same priority/consideration for scheduling as host institutions' students. 5.1.2.18. Shall provide detailed paramedic curriculum remediation, in the area of failure, for students failing the initial NREMT-P exam, in order to prepare them for a second or third retest of the NREMT-P examination. 5.2. Critical Care Course. The contractor shall provide to the US Government a critical care course that meets the following criteria: 5.2.1. Covers the core content for critical care flight paramedics as described in the FP-C Handbook from the BCCTPC. 5.2.2. Includes no less than ten eight hour didactic days in a classroom setting. 5.2.3. Prepares students to take the FP-C examination at the conclusion of the clinical phase. 5.2.4. Contains no less than eight weeks of training. These eight weeks include two weeks of didactic and six weeks of clinical training for hands-on patient care under supervision of physicians in an ICU setting. 5.2.5. Students will conduct clinical rotations in medical intensive care, surgical intensive care, pediatric and neonatal intensive care, burn intensive care, anesthesia/ post-anesthesia care unit, obstetrics/gynecology, and coronary care. 5.2.6. The initial iteration shall be conducted at SAMMC, although future iterations may be conducted at a comparable site selected by the contractor. 5.3. Deliverables. 5.3.1. The contractor shall provide students with Certificates of Paramedic Program Completion and certificates of completion for all additional certifications (e.g., BCLS, ACLS, PALS, etc.) provided under this PWS.S.. III. Applicable FAR and DFAR Clauses The following Federal Acquistion Regulation (FAR) and Defense Federal Acquisition Regulation System (DFARS) clauses apply to this solicitation whether incorporated by reference or full text. FAR 52.212-1, Instruction to Offerors-Commercial FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.212-3, Offerors Representation and Certifications-Commercial Item. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DFARS 252.232-7003, Wide Area Work Flow Payment/Procedures Defense Priorities and Allocation System: Not applicable Wage Determination, WD-05-2521 (Rev-12) shall apply to this acquisition, dated 06/17/2011 --01020-Adminstrative Assistant; For further information, check www.wdol.gov/sca ADDENDUM TO 52.212-1 (LOCAL PROVISION (LP) 5004) (a) Paragraph (a) is hereby replaced with the following: The North American Industry Classification System (NAICS) code and small business size standard for this solicitation is 611310 and the size standard is $7.0M. (b) Paragraph (b) is hereby replaced with the following: A quote/price list shall be submitted for two iterations of students to attend an accredited Paramedic and Critical Care course in order to become certified Paramedics. The quote/price list shall have the address, phone number and fax of the main College/University campus. The quote/price list shall have the name, title, telephone number, fax number and email address of the point of contact. The quote/price list shall include any discount terms. Contractors shall include a completed copy of their annual representations and certifications or if completed electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. The contractor shall be registered in the Central Contractor Registration (CCR) Database prior to award. Information about CCR may be found at www.ccr.gov. The contractor shall submit proof of accreditation with the Committee on Accreditation of Educational Programs for the Emergency Medical Services Professions (CoAEMSP). The contractor shall submit proof that course curriculum is in accordance with the National Registry of Emergency Medical Technicians and the Board of Critical Care Transport Paramedics for the FP-C standard. (c) Paragraph (c) is hereby replaced with the following: The quote/price list shall have an effective date and be valid for at least 60 days (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. END OF ADDENDUM TO 52.212-1 ADDENDUM TO 52.212-2 (LOCAL PROVISION (LP) 5005) (a) Paragraph (a) is hereby replaced with the following: The Government will award one or more Blanket Purchase Agreement(s) resulting from this solicitation to the responsible contractor whose quote and or price list, conforming to this solicitation and the Performance Work Statement, is fair and reasonable. (b) Delete paragraph (b) END OF ADDDENDUM TO 52.212-2 ADDENDUM TO 52.212-4 (LOCAL CLAUSE (LC) 5003 "Add the following to subparagraph (c): Additionally, issuance of modifications for an administrative change that does not affect the substantive rights of the parties (e.g., changes in paying office, appropriation data, funds increase or decreases, changes of address) shall not require the signature of the contractor and will be issued unilaterally." (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. END OF ADDENDUM TO 52.212-4 CLAUSES INCORPORATED BY FULL TEXT 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://farsite.hill.af.mil http://www.acquisition.gov/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://farsite.hill.af.mil/ (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DOD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. IV. Exhibits and Attachments The Exhibits and Attachments listed below are separately attached and are hereby incorporated into the solicitation. Attachments are for informational purposes only and will not become a part of the resultant agreement Exhibit A-Performance Requirements Summary Attachment 1-Quality Assurance Surveillance Plan
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K0412RPCCC01/listing.html)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02642241-W 20111222/111220234048-b0adf6ddc0a561eed9a3277d78399dc0 (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.