Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2016 FBO #5229
MODIFICATION

R -- CERFP Moulage Role Players - Sample Medical Injuries

Notice Date
3/16/2016
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-16-T-0033
 
Point of Contact
Kelly Clements, Phone: 4342986207
 
E-Mail Address
kelly.m.clements6.civ@mail.mil
(kelly.m.clements6.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Scenario/timeline (Plot) Sample Medical Injuries 1. The following individuals are designated as points of contact (POC) for purposes of this contract: (a) Contractor POC: TBD (b) Contracting POCs (NOT FOR PAYMENT INQUIRIES!!) Contracting Officer(s) (only individual authorized to make changes to the contract terms and conditions) Mrs. Susan Swanson 434-298-6293 susan.e.swanson5.civ@mail.mil Contract Specialist Ms. Kelly Clements 434-298-6207 kelly.m.clements6.civ@mail.mil (c) Payment inquiries: TBD Invoices must be submitted via WAWF (refer to DFARS clause 252.232-7006 for further guidance). After successful submission of your WAWF invoice, send an email notification to ng.va.vaarng.list.ngvaaqswawf@mail.mil. Failure to do so may cause a delay in payment. (d) On-site Government Representative: TBD This individual may reduce requirements but does not otherwise have the authority to change any additional terms and conditions of the award. 2. A performance work statement for this event is included in this solicitation and will be incorporated into any resulting award. 3. Award will be made to the vendor whose offer provides the best value to the government. To determine best value, the government will assess the vendor's quality of moulage, concept of operations, and past performance. Multiple awards will not be made. (a) To be eligible for award, vendors must have an active system for award management (SAM) registration (www.sam.gov). (b) To be determined technically acceptable, quotes must provide for all requirements including role players, mannequins, supplies, etc. A pre-bid conference call will be held on March 15, 2016 from 1-3pm to answer any questions. Vendors who would like to participate must send an email notification to kelly.m.clements6.civ@mail.mil by COB March 11, 2016. (1) Vendors must provide pictures of the moulage for the government to determine quality. The government is looking for realistic, 'Hollywood' type injuries, which will be evaluated based on the pictures provided. (2) Vendors must submit a concept of operations that details the vendor's approach to people management (managing the role players throughout the day to include on-site expert and White Cell coordination), throughput (how role players will be moved throughout the scenario given the timeline of events and requirements), feeding of role players, and clean-up of the site. The CONOPS cannot exceed two pages, typed, single spaced, with Times New Roman font no smaller than 10pt. (3) Vendors must provide three (3) references for past performance of a similar event - email addresses are required for the references. (c) Vendors who do not provide all of the required information with their quotes will not be considered. 4. FAR provision 52.212-3 Alt 1 and DFARS provision 252.209-7991 must be completed and returned with quotes. If a vendor's information is up-to-date in SAM, the vendor need only provide the CAGE code with that assertion. 5. All questions must be submitted in writing and receiving two days prior to the solicitation close date. Questions should be sent via email to kelly.m.clements6.civ@mail.mil. Quotes are due by 5:00pm, March 22, 2016 and must be submitted through email to Kelly Clements. Performance Work Statement Operation Mayhem II April 15-16, 2016 1. Objective. This performance work statement (PWS) establishes performance requirements for contractor support to allow the Virginia Army National Guard the maximum opportunity to exercise its personnel under simulated ‘real world' conditions. The Virginia Army National Guard Chemical, Biological, Radiological, and Nuclear (CBRN) Enhanced Response Force Package (CERFP) has a Collective Training Event (CTE) to measure contingency preparedness for natural disasters and/or domestic terrorism events. Role players are essential to realism and interaction during the training event, which is enhanced by acting, moulage, and environmental conditions. 2. Place and Period of Performance. The Virginia Army National Guard will conduct training at a Training Center located in Henrico, VA 23228. The event is scheduled to take place April 16, 2016, from approximately 11am to 5pm. The contractor will need to be available to provide on-site support from approximately 10am to 6pm. Additionally, the contractor must be available for a walk-through on April 14, 2016 (time TBD). 3. Required Tasks. The contractor shall provide all management, supplies, equipment, and labor necessary to provide realistic training during all exercise scenarios. The contractor shall perform the PERFORMANCE OBJECTIVES below in accordance with the Performance Standard and Acceptable Quality Level. Personnel assigned to each task shall possess the skills and expertise necessary to perform the assigned task. 3.A. Program Management The contractor shall provide materials and services to manage the accomplishment of the tasks in this Performance Work Statement during the period of performance of the contract. The contractor must schedule a contract kick-off meeting within five calendar days of contract award. Any assigned action items must be resolved immediately given the timing of the event. 3.B. Collective Training Event Support 3.B.1. The contractor is required to attend the final planning meeting, in person, on April 15, 2016 (time TBD). The contractor shall attend all other meetings as required via teleconference or in person. 3.B.2. The contractor must continue training during inclement weather to include rain, hot/cold, and/or high winds. 3.B.3. The contractor must setup and operate a temporary "fixed" moulage site to include: 3.B.3.1 Holding Site/Break Area including: • Lights • Electricity • Water • Meals • Tables • Chairs • Toilets • Heat/Cooling Areas based on weather conditions 3.B.3.2 Provide role players transportation support to and from: • Training Areas • Parking lots • Breaks/Meals areas 3.B.4. The contractor must develop, publish, and provide to the government a formal plan to address procedures and resources available for on-site safety, ‘real world' emergencies, and life support capabilities. 3.B.5. The contractor must establish a system/plan for communications with Exercise Planners and Exercise Control. Provide points of contact and obtain radios from the VA CERFP element. Points of contact shall have a high visibility method of identification (i.e. vest) at all times and shall supervise and support personnel. Will have to work with assigned "white cell" in order to keep the event moving smoothly. 3.B.6. The contractor is responsible, at all times, for their staff, employees, and role players. The contractor is responsible for screening role players for medical issues (prior or existing) that may affect their performance (due to the rigors of the training requirements). 3.B.7. The contractor shall provide: • Role player orientation and mandatory safety training prior to their participation. • Two Glo-Germ kits. Each kit shall contain one bottle of Glo-Germ and one hand held black light for detecting contamination containment and decontamination techniques. Glo-Germ applications and usage shall be dictated by exercise requirements. • Mandatory safety equipment (hard hats, eyeglasses, etc.) for all role players entering the collapse structure (rubble pile) location. • Clothing that can be cut off of the role players to simulate medical triage. Appropriate underclothing is required; an example would be a bathing suit. 3.B.8. Contractor shall follow all applicable federal, state, and local safety regulations. Liability and/or usage agreement may be required for access to training site. 3.B.9. Contractor shall ensure all staff, employees, and role players park in designated areas only. All role players must have two forms of state/federal ID. 3.B.10. Contractor must provide Exercise Planners an accurate number of role players to pass through the warm medical triage and DECON line at a rate of 40 Ambulatory and 20 Non-Ambulatory persons per hour. The required iterations would begin approximately one hour after the start of the exercise. It is estimated that the start of the exercise is 11:00am on April 16, 2016. 3.B.11. The contractor must provide 20 initial role players to act as "walking wounded" at 11:00am for the Search and Extraction initial entry team to corral and escort out of the "hot zone". 3.B.12. The contractor must provide 10 non-ambulatory wounded to be placed throughout the "hot zone" starting at 11:00am for the Search and Extraction team to find, correctly label, and then remove from the "hot zone" to medical triage and finally the DECON lanes. 3.B.13. The contractor shall ensure that prior to their final departure, all trash and debris is cleaned up and removed. The contractor will provide their own trash bags and cleaning supplies in order to accomplish this task. 3.C. Casualty Role Players Support 3.C.1. The contractor must provide role players (actors) in accordance with the specifications listed in the contract (quantity, locations, time, and conditions) for each of the exercises. 3.C.2. The contractor must provide an on-site expert for assuring quality of moulage treatments. (The number of artisans are based on your needs to provide the number of presentations). 3.C.3. The contractor must provide an on-site manager(s) to ensure that role players are going to the correct location and at the correct pace. This person will work with the CERFP "white cell" in order to ensure that the role players are moving through the stations at the correct pace and in the correct order. 3.C.4. The contractor must provide exercise scenario specific moulage for casualty role players with the following types of medical issues: multiple compression wounds, geriatrics, trauma, chest pain, crush, burn, hot/cold, panic (mental other), chemical, PTSD, and pediatrics with both Ambulatory and Non-Ambulatory injuries. 3.C.5. The contractor must provide simulated fatality remains. Dismembered limbs and body parts need to be placed throughout the "hot zone". 3.C.6. The contractor must provide casualties in accordance with above listed injuries (see 3.C.4.), provide exercise scenario specific Mass Casualty Cards (waterproof), and provide injury specific acting instructions/coaching for all casualty role players. 3.C.7. The contractor must provide patient flow rates in accordance with exercise scenarios and schedule of exercise events. 3.C.8. The contractor must ensure role players are transported to the appropriate sites in accordance with exercise timelines and suspenses. 3.C.9. The contractor must provide all materials to include "cut away" clothing and moulage for make-up and dressing role players. 3.C.10. The contractor must provide shower or water shoes for each casualty role player. 3.C.11. The contractor must ensure all role players have appropriate skin tight undergarments (swim suits). 3.C.12. The contractor must provide costume jewelry (inexpensive) for processing casualties' valuables. 3.C.13. The contractor must provide person(s) to bring items taken from casualty role players at start of DECON to the end of Medical Treatment holding area. 3.C.14. The contractor must ensure timely pickup of role players once they have passed through medical holding to minimize the recycling and iteration process. 3.C.15. The contractor must ensure role players are prepared - they will get extremely wet, prop clothing will be cut off, and they will be scrubbed with brushes and a lot of water (possibly cold water). 3.C.16. Times may shift slightly based on training requirements as directed by exercise planners. The planned conclusion of the event is tentatively planned for 5:00pm. 3.D. Displaced Civilian (DC) Role Players 3.D.1. The contractor shall provide DC role players (actors) in accordance with the specifications (quantity, locations, time, and conditions) for each of the exercises. 3.D.2. The contractor must provide an on-site manager/expert for assuring quality of DC role players. The numbers of DC role players are based on requirements to provide the number of presentations. 3.D.3. The contractor must ensure DC role players are briefed on specifics of exercise scenario requirements and perform within in the limits of the scenario. 3.D.4. The contractor must ensure timely pickup of role players once they have completed the exercise scenario to maximize the role player recycling process. 3.E. Mannequin Support 3.E.1. The contractor must provide mannequins for each of the exercises. The contractor is not responsible for placing the mannequins. Additionally, please note that mannequins may not be returned in usable condition. 3.E.2. The contractor must provide an on-site manager/expert for assuring quality of moulage treatments. 3.E.3. The contractor must ensure mannequins are transported and handed off to the Rubble Pile staff for placement the evening prior to the following day's event. 3.E.4. The contractor must ensure mannequins are collected at the end of the training event. 3.E.5. The contractor must provide eight mannequins that meet the following requirements: • Adults shall weigh a minimum of 120 pounds with weighted limbs; • Children shall weigh 50-80 pounds; • Composition (mix) of mannequins: Adults ~six; Children ~ two 3.E.6. The contractor must provide exercise scenario specific moulage for mannequins with the following types of issues: multiple compression wounds, geriatrics, trauma, crush, and burn. 3.E.7. The contractor must provide required support at each presentation dependent upon the exercise sequencing and pacing. Times may shift slightly based on training requirements as directed by exercise planners. Be prepared to stay later if necessary for elements to finish required training. 3.E.8. The contractor must provide pictures for the minimum standards of moulage for each type of injury or illness. All injuries should look realistic and be easy to identify by the CERFP elements. 3.F. Submit Comprehensive After Action Reports (AARs). The contractor must complete and submit reports detailing the successes and failures of the events within five working days of the conclusion of the training. Submission shall be electronic to the COR via email. 4. Government Property and Furnished Information (GFI) The government shall provide a location for the vendor to set up any trailers, vehicles, tentage, etc necessary to accomplish the training. Utilities will not be provided; however, port-a-johns will be available for use. The contractor should be prepared to provide power and heating/cooling as necessary. 5. Products The contractor providing products (supplies and materials) under this contract shall comply with: Section 6002 of the Resource Conservation and Recovery Act (RCRA), and Executive Orders 13423, and 13514. The Environmental Protection Agency (EPA) Comprehensive Procurement Guidelines (CPG) program provides a list of designated products and the accompanying recommendations for post-consumer content and recovered materials content. EPA has identified eight product categories: Construction; Landscaping; Non-Paper Office Products; Paper and Paper Products; Park and Recreation; Transportation; Vehicular; and Miscellaneous. The Supplier Directory and Product Resource Guides are also available for each of the eight categories which can be found at http://www.epa.gov/epawaste/conserve/tools/cpg/products/index.htm. 6. Security Requirements 6.A. Clearance Requirements: None 6.B. The contractor is responsible for safeguarding information of a confidential or sensitive nature. Failure to safeguard any classified/privileged information which may involve the contractor or the contractor's personnel or to which they may have access may subject the contractor and/or the contractor's employees to criminal liability under Title 18, section 793 and 7908 of the United States Code. Provisions of the Privacy Act apply to all records and reports maintained by the contractor. All programs and materials developed at government expense during the course of this contract are the property of the government. 6.C. The contractor and all associated sub-contractors' employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 6.D. The contractor shall coordinate with the COR on all security issues and to gain access to all areas necessary to execute this service. The contractor shall ensure that all employees, suppliers, and subcontractors and their employees comply with established security procedures for entering the installation and its facilities including special security procedures for entry to restricted or controlled areas. 6.E. All prospective contractors MUST be U.S. citizens or MUST have established and maintain legal residency in the U.S., and be authorized by the US government to work in the United States (i.e. green card, worker authorization, etc.). All prospective contractors MUST have at least one form of US government issued photo identification (driver's license, US passport, US work visa, etc.) for entry to the installation. 6.F. Unauthorized Personnel. The contractor shall inform all personnel working under his jurisdiction (including subcontractor and visiting supplier personnel) that access to areas outside of the immediate work area; excluding direct haul and access routes, contracting and Civil Engineering offices, and points of supply and storage; is prohibited. Circulation of said personnel will be limited to official business only. Persons in violation of the above will be apprehended and appropriately disciplined. 6.G. Physical Security: The contractor shall safeguard all government property provided for contractor use. At the close of each work period, government facilities, equipment and materials shall be secured. The contractor shall ensure that all parts of the facility where work is being performed are adequately protected against vandalism and theft. 7. Non-Personal Service Statement Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the statement of work. Contractor employees will perform their duties independent of, and without the supervision of, any government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying federal policy, obligating the appropriated funds of the United States Government, overseeing the work of federal employees, providing direct personal services to any federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The government will control access to the facility and will perform the inspection and acceptance of the completed work. 8. Personnel Qualifications The contractor shall be responsible for employing technically qualified personnel to perform the work specified in this performance work statement. The contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. 9. Contractor Manpower Reporting (CMR) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address: https://cmra.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-16-T-0033/listing.html)
 
Place of Performance
Address: 23228, United States
Zip Code: 23228
 
Record
SN04053033-W 20160318/160316235917-07076d26d36a6f5177913f6c331fbf28 (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.