Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOURCES SOUGHT

R -- Tactical Combat Casualty Care - Warrior Skills Level 1

Notice Date
11/8/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-16-TC3X
 
Point of Contact
Kory Stiles, Phone: 4073843821
 
E-Mail Address
kory.d.stiles.civ@mail.mil
(kory.d.stiles.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solder's manual of Common Tasks Introduction THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a Request for Quote (RFQ) or a promise to issue an RFP or RFQ in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP or RFQ, if any are issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Requirements 1. The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Joint Program Management Office for Medical Modeling and Simulation (JPMO MMS) is exploring options for an exportable tactical combat casualty training capability, Tactical Combat Casualty Care (TC3-X). The objective of this RFI is to seek information on the latest medical training technology to meet the requirement of providing realistic non-medical military personnel on individual and collective training medical tasks as documented in Soldier Training Publication (STP) 21-1-Soldier's Manual of Common Tasks (SMCT), Headquarters Department of the Army Soldier's Manual of Common Tasks Warrior Skills, August 2015 pgs 3-184 through 3-228. The focus is hands-on tasks skill development utilizing a single or group of medical simulator training aids designed to provide the most up-to-date technology in simulation of battlefield injuries. It is the intent to provide the most realistic training environment to the force. The training aids are to be used to train the following tasks: a. Perform First Aid for Nerve Agent Injury b. Evaluate a Casualty (Tactical Combat Casualty Care) c. Perform First Aid to Clear an Object Stuck in the Throat of a Conscious Casualty d. Perform First Aid to Prevent or Control Shock e. Open An Airway f. Perform First Aid for Bleeding of an Extremity g. Transport a Casualty h. Perform First Aid for Burns i. Perform First Aid for an Open Chest Wound j. Request Medical Evacuation 2. Training with the TC3-X is to be conducted independently, in conjunction with other actors acting as casualties, and/or integrated with live training events. The system should be able to perform under field conditions. It is envisioned that the training aids will have to perform under and survive extreme battlefield like settings. This includes desert, tropical and cold weather environments. The soldiers are required to learn to treat traumatic injuries, in the field and under fire conditions. The intent is to expose the soldiers to the environment and modern warfare battle conditions, under which they must perform the prerequisite tasks. 3. The system should be mobile via ground, sea and air, using standard Army transportation assets including High Mobility Multipurpose Wheeled Vehicle (HMMWV) (also known as a Humvee) and S25 Pickup. System mobility shall allow for ground transportation via unimproved roads, constrained to a two man lift with a self-contain turn-key concept. It is desired that the system be equipped with the necessary level of automation and operator support tools. The TC3-X system will be able to support a training class size of up to thirty (30) students per session under the direction of two (2) instructors. Instructors are responsible for setup, operations, assessment and performing equipment reset and preventive maintenance of the TC3-X capability. Consider maintenance and replenishment of consumable costs as they should be optimized through proper design and the use of technology when establishing life cycle support costs. 4. The TC3-X system should allow for the training of a single Platoon of Infantryman to complete Warrior Task Medical Training over the span of one day. The system can include whole body devices, part task trainers, and constructive simulations 5. The desire is for the TC3-X be capable to collect, display, transmit and receive pertinent training metrics data and control in support of personnel skills proficiency assessment as well as support real time performance assessment. It is desired that the system architecture will allow for growth in support of future tasks that will be added to future releases of HQDA Soldier's Manual of Common Tasks Warrior Skills. To Interested Sources 1. Prime contractors shall provide a summary of existing capabilities currently in use in commercial or military/government operational/training, supporting the same or similar requirements. 2. Prime contractors shall describe how their solution improves on the current kit. The current kit is comprised of: 2 sets of Traumatic Amputation Task Trainers, 2 Airway training devices, 2 Low fidelity mannequins, a moulage kit, and a portable bleeding system. Response Responses shall be in.pdf format and are limited to 20 pages (double sided will be counted as two), single-spaced, 8.5 inch x 11 inch paper size, and the font shall be Times New Roman with a minimum size of 12 point. If your submittal contains company proprietary information then it should be marked accordingly. If your submission contains unclassified but sensitive information then it should be properly labeled, handled, and transmitted in accordance with the National Industrial Security Program Operating Manual (NISPOM). Classified responses are not desired and will not be reviewed. Submissions to this RFI will not be returned. Please submit the following along with your response: 1. Your company name, address, POC, email addresses, phone, and the company's web page (if applicable); 2. CAGE Code, DUNS number, and Place of Performance Address 3. Point of contact, including: name, title, phone, and email address 4. Size of company, average annual revenue for the past three years, and number of employees 5. Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business 6. Company capabilities and experience relative to the capabilities and requested information provided above. 7. If you have a GSA Schedule Contract, please identify the contract number and what SIN your company is under. Responses to this RFI will be used for information and planning purposes only. This RFI does not constitute a solicitation. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this request for information. Therefore, all costs associated with the RFI submissions will be solely at the expense of the respondent submitting the information. The Government may request additional information upon review. In order to reduce the burden of market research for both the Government and potential Vendors, the Medical Simulation Training Center (MSTC) Program Team plans to attend the Interservice/Industry Training, Simulation and Education Conference (I/ITSEC) 2016 to conduct market research for the TC3-X. Although, not required to attend nor will it provide a competitive advantage, please provide your company name and location at I/ITSEC prior to the first day of conference so that we MAY stop by your booth. Providing this information does not ensure a visit and the Government reserves the right to visit your both or not. There will be no one-on-one meetings at this time. Attendance to the conference and visitation by the Government to your company's booth does not preclude you from submitting a response to this RFI if you choose to do so. The response date for this RFI is December 7, 2016. No collect calls will be accepted. All responses to this RFI must be submitted via e-mail to the Primary Point of Contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ec83ca1452f1c51f4ddb6e7f91b7c2d4)
 
Place of Performance
Address: Orlando, Florida, United States
 
Record
SN04323836-W 20161110/161108235200-ec83ca1452f1c51f4ddb6e7f91b7c2d4 (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.