Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

70 -- EMS SIMULATION IQ ROOM

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, U.S. Army Medical Command, REGIONAL HEALTH CONTR OFC PACIFIC, ATTN: MCAA PC, BLDG 339 CLARK ROAD, FORT SHAFTER, Hawaii, 96858-5098, United States
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0218Q0160
 
Point of Contact
Walter J Bischoff, Phone: 3604860707
 
E-Mail Address
Walter.j.Bischoff.civ@mail.mil
(Walter.j.Bischoff.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K0218Q0160; Purchase Request; 0011197546, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511; Size Standard for small business is 1,000 employees. RFQ is being issued as a Total Small Business Set-A-Side. This requirement is for EMS SIMULATION IQ ROOM. The proposed purchase order is a one-time procurement for LINE ITEMS 0001 through LINE ITEM 0005. All responsible Contractors shall provide an offer for the following Brand Name or Equal Products: LINE ITEM 0001: EMS-SIMIQ-ONE ROOM SIMULATION EACH: 00001 LINE ITEM 0002: EMS-SIMIQ PORTABLE SIMULATION EACH: 00001 LINE ITEM 0003: EMS-PINSTLE SIMULATION PRE-INSTALL EACH: 00001 LINE ITEM 0004: EMS-TRNG ENTERPRIZE TRAINING EACH: 00001 LINE ITEM 0005: EMS-MS TOTALCAREIQ GOLD EACH: 00001 LINE ITEM 0006: FREIGHT EACH: 00001 Simulation Center - Learning Management System Salient Characteristics 1. The system must address the need to plan, schedule, facilitate and assess simulation events complimented by robust recording and AV management capabilities. 2. Simulation capture with video playback and live streaming of video, to allow debriefing and simulation review for trainers and learners. To include, live or recorded video viewing, immediate playback of video for review. The ability to Ad-hoc record without a scheduled session. 3. Video camera manipulation, to include, annotate and video bookmark on live or recorded video. The ability to switch camera views. Pan, tilt and zoom camera views as well as use of predefined camera presets. Allow a minimum of four concurrent playback streams per room allowed, index Ad-hoc videos by associating a recording with a Session and Case / Scenario. 4. Course management must allow to task enable the Administrators and Educators to manage and administer instructional content across multiple scenarios, sessions and simulation encounters, create a Course that participants can register for and complete, enable each participant to track his or her progress and completion of the cases and scenarios assigned to the course, and view the course completion status for all courses to which he or she is assigned. 5. Center Scheduling must provide the capability to schedule and manage both course and scenario sessions, fully support self-enrollment, alerting, notifications and multi-section events, include a calendar, open session enrollment and daily task lists, must allow Administrators and instructors also have extended scheduling privileges with full center asset management capabilities to include automated scheduling support for rooms, staff, and capital and disposable assets to ensure complete turnkey center asset management. Calendar features must include advanced functionality and complete integration with Microsoft Outlook and other major e-mail calendar formats, daily, weekly and monthly views, as well as the ability to manage both course and scenario content. 6. Inventory management in that items that are selected as part of a scenario are deducted or 'checked out' of inventory to avoid schedule or supply conflicts and produce a printable report showing the defined scenario information including supplies, equipment, simulation evaluation checklists, questionnaire or survey. 7. Must fully support the use of existing administrator and participant user name and password credentials on Common Access Card (CAC) to access the system through the Lightweight Directory Access Protocol (LDAP). EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, Lowest price. The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.232-33 Payment by Electronic Funds, 52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Re-representation, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials, 242.203-7002 Requirements to inform employees of whistleblower rights, 252.204-7003 Control of Government personnel work product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation),252.204 7015 Disclosure of Information to Litigation support contractors, 252.211-7003 Item Unique Identification and Valuation, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program, 252.225-7048 Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.244-7000 Subcontracts for Commercial Items and Commercial Components. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.hill.af.mil. All vendors will be required to submit invoicing through the Wide Area Work Flow Suite electronic invoicing system, known as IRAPT (formerly WAWF). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. **Offers are due by 17 August 2018 @ 12:00 Noon, Pacific Standard Time. Submit signed and dated offers via fax to Walter Bischoff at (360) 360-0787 or email: walter.j.bischoff.civ@mail.mil. **Note: RFQ Offers must contain, the following information to be considered; Solicitation Number, Contractor's Representative Name & signature with the date, or it will not be accepted. Contracting Office: Regional Health Contracting Office-Pacific Joint Base Lewis-McChord (JBLM), Health Contracting Cell, 673 Woodland Square Loop SE, Suite 101 Lacey WA 98503 Place of Delivery: Madigan Army Medical Center Bldg. 9040 Fitzsimmons Drive Tacoma WA 98433-5000 If there are any questions, please present your questions to; Walter J. Bischoff; Only by Email prior to the closing date of this solicitation: walter.j.bischoff.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K0218Q0160/listing.html)
 
Place of Performance
Address: 9040 Fitzsimmons Drive, Tacoma, Washington, 98431, United States
Zip Code: 98431
 
Record
SN04996698-W 20180720/180718230904-29d8cca519aa8802546156458fd7957f (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  © 1994-2020, Loren Data Corp.