Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
SOURCES SOUGHT

69 -- Sources Sought_Medical Training - Command and Control (MT-C2)

Notice Date
8/19/2015
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
ACC - Orlando,, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-16-R-MTC2
 
Response Due
9/4/2015
 
Archive Date
10/18/2015
 
Point of Contact
Dan Veenstra, 407-208-3308
 
E-Mail Address
ACC - Orlando
(dan.veenstra@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Program: Medical Training - Command and Control (MT-C2) Solicitation Number: TBD Agency: Department of the Army Office: PRODUCT MANAGER FOR MEDICAL SIMULATION (PM MEDSIM) Source Sought Notice (SSN). The SSN is not a Request for Proposals (RFP) or a commitment by the US Government. Interested parties are invited to submit a capabilities statement indicating their ability to provide the products described herein. Responders are advised that the US Government will not reimburse any contractor for any information or administrative costs incurred in the response to this SSN. The interested party will assume all costs associated with responding to this SSN. Not responding to this SSN does not preclude participation in any future RFP or other solicitation, if any is issued. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All information shall be submitted at no cost or obligation to the Government. PROGRAM: The U.S Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Training Devices (PM TRADE), Product Manager for Medical Simulation (PM MedSim), is conducting Market Research to determine interested sources and capabilities of industry for the procurement of the Medical Training -Command and Control (MT-C2) system. This Sources Sought Notice (SSN)/Synopsis will further support market research efforts and contract vehicle determination. REQUIRED CAPABILITIES: At a minimum, provide the capability to control devices and environments within the Medical Simulation Training Center (MSTC) through software control, After Action Review (AAR), exercise control, scenario planning and monitoring by integrating with the MSTC's Virtual Patient Systems (VPS) and the Instruction Support System (ISS). Please reference the specific requirements outlined within the attached SOW and SRD. The Government anticipates fielding one (1) MT-C2 system at up to 25 MSTC existent locations worldwide, within 1 year of contract award. SYSTEM DESCRIPTIONS: The VPS is a family of systems that contains Training Aid Device Simulators and Simulation (TADSS) devices, and critical technologies, such as bleed/breath patient mannequins, dead-weight mannequins, airway management mannequins, Part Task Trainers (PTT), and moulage kits that replicate the trauma of numerous wound sites on a single patient. The ISS provides all instructional support components such as the MSTC facility's furnishings, environmental effects equipment, audio and video surveillance equipment, and other equipment required to deliver the Program of Instruction (POI) provided by the Government. Up to 15 Microsoft Word pages may be submitted to further delineate your firm's capabilities as it relates to the requirements in the attache SRD and SOW. TO INTERESTED SOURCES: The Government anticipates competitively awarding a total small business set aside (NAICS 333318) C-Type FFP contract to fulfil this requirement. It is the Government intent to release formal RFP no later than 2 QTR 2016. The Government is interested in receiving your insight as well as your innovative ideas to provide quality products at a reasonable cost that includes (at a minimum) the capabilities located in the SOW and SRD. Some questions the Government may have: When answering the below questions, please annotate on your response as it applies to the MSTC's MT-C2 capabilities. What metrics and/or industry standards should the Government consider to best measure contractor performance after contract award? Please identify any efficiency that you believe would lead to additional cost savings for this proposed acquisition while maintaining quality products. Do you think your company would propose for this effort as a prime contractor? If so, to the best of your ability with the information provided, describe the approximate percentage of work that your company anticipates to perform as a prime contractor. Discuss feasibility in teaming arrangements or joint ventures to provide the required capabilities. Provide comments on the Government requirements/capabilities as described above. Provide information of the seamless integration of common hardware and software. What are the associated issues/risks? Provide your ideas for future capabilities that could be added to the MT-C2 requirements. Is there any new prototype technology that will enhance the capabilities of the MT-C2? Responses to the above request for information is a separate requirement from the capability statement outlined in the section entitled, 'Systems Descriptions.' Therefore, the information request is not inclusive of the 15 page limit for your firm's capability statement. The above information request is limited to a total of 10 pages. Both sections, when combined, are limited to 25 pages (double sided will be counted as two), single-spaced, maximum font is 12 point, Times New Roman on.docx format. The cover sheet shall not be included in this 25-page limit. The Government will not review any pages beyond the page limit of each section. Company information should include: a) Your company name, address, POC, email addresses, phone numbers and the company's web page (if applicable). b) Company capabilities and experience relative to the products and MT-C2 capabilities identified above. c) Identification of business size, i.e. US large or small business, service disabled veteran business, HUB Zone, Small Disadvantaged Business, Woman Owned SB, etc.; d) State whether your firm intends to propose as a prime contractor/team member/subcontractor. Contractors must identify their business type in relation to the North American Industry Classification System Code (NAICS) 333318 RESPONSE REQUESTED: Direct all your questions and responses to Dan Veenstra, Contract Specialist, at daniel.l.veenstra.civ@mail.mil and must CC the alternate POC, Pete Suarez, Logistics Manager, at peter.suarez.civ@mail.mil. Responses to this SSN are due NLT 4 September 2015, 4:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d1e9299ba021714d52899dcff8118a34)
 
Place of Performance
Address: ACC - Orlando, 12350 Research Parkway Orlando FL
Zip Code: 32826-3276
 
Record
SN03845708-W 20150821/150819235613-d1e9299ba021714d52899dcff8118a34 (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.