Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOLICITATION NOTICE

U -- 24 SOW CMT

Notice Date
11/25/2020 1:34:22 PM
 
Notice Type
Presolicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
24 SOW HURLBURT FIELD FL 32544 USA
 
ZIP Code
32544
 
Solicitation Number
H92429-21-R-0003
 
Response Due
12/27/2020 10:00:00 AM
 
Archive Date
01/11/2021
 
Point of Contact
William Lawson, Phone: 8508840732, Jaime M. Collins, Phone: 8508846007
 
E-Mail Address
William.Lawson.12@us.af.mil, jaime.collins.2@us.af.mil
(William.Lawson.12@us.af.mil, jaime.collins.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description: Provide personnel and facilities for Combat Medical training Specification/Qualification Requirements: Personnel Requirements (Resumes are required to be submitted in capability statement): Surgical/procedural skills instructor:� Surgical/procedural skills instructor(s) must be a Board-Certified Emergency Medicine Physician or Board-Certified Surgeon with military operational medicine experience proficient in instructing students of various proficiency levels.� Classroom/academic instructor:� Classroom/academic instructor(s) must be current in their respective qualifications and experienced as it pertains to the topics in which they are instructing. Additionally, they shall be versed in the protocols of the USSOCOM TMEPs and PJ Handbook. Scenario Coordinator:� The scenario coordinator(s)/facilitator(s) shall be an individual with prior and recent experience as a Special Operation Forces (SOF) Medic.� They shall have operational medicine experience having been deployed to an active combat zone as a medic (e.g. Operation Enduring Freedom, Operation Inherent Resolve) within the last 10 years.� The coordinators/facilitators shall have extensive knowledge in: current medical techniques and management, casualty care and triage, After Action Reports, conducting student debriefings and guiding/narrating/coordinating the scenarios to meet the training objectives. Operational SME/Advisor:� Operational SME/Advisor shall be an individual with prior experience as a Special Operation Forces (SOF) Medic.� They shall have operational medicine experience having been deployed to an active combat zone as a medic (e.g. Operation Enduring Freedom, Operation Inherent Resolve) and have experience in medical training and scenario development/execution.� The Operational SME/advisor shall be the lead developer and coordinator of all scenario development, ensuring the most realistic and relevant training is achieved. Additional Instructors:� All additional instructors shall have recent (within 5 years) and relevant technical and tactical experience as a rescue specialist or operational field medic.� Instructors must be subject matter experts in the technical/tactical skills being conducted (roped rescue, confined space/structural collapse, CQB, etc.). In addition, the instructors shall possess the ability to plan, conduct, and supervise practical exercises of casualty care and rescue and possess effective coaching, mentoring, and critiquing. Finally, the additional instructors shall be certified in the National Registry of Emergency Medical Technicians Paramedic (NREMT-P), or other certified medical professional of the same certification level or greater, as well as have extensive knowledge in the application of these skills in operational environments specific to the Pararescue skill set (Minimum of two (2) instructors required to be submitted in capability statement). All personnel must be able to provide necessary documents as credentials, i.e. career brief, job history, orders, or retirement summary. All personnel proposed for this effort shall be considered Subject Matter Experts (SME). SME's are certain experienced professional and/or technical personnel that are essential for successful accomplishment of the work to be performed in support of this requirement. Facilities Requirements (Facility information/teaming agreement is required to be submitted in capability statement): Training complex shall be located within the Continental United States and possess, at a minimum, the below listed specialty ranges, training areas and facilities to fulfill the training and logistical requirements The contractor�s chosen location shall possess restrooms and climate controlled classrooms on site and must have available lodging options for personnel within 1 hour of the training location. The contractor�s chosen location shall possess a consolidated area for pre-mission gear preparation, gear storage, and mission planning. The contractors chosen location shall contain a DOD/AF certified weapons/munitions storage facility or an agreement with a local law enforcement facility within 15 minutes that meets the same weapons/munitions storage parameters. The contractor�s chosen location shall possess food and drink establishments to purchase daily meals and food and drink for field operations within 15 miles of training/lodging location. Contractor shall provide extensive confined space facilities to thoroughly exercise technical rescue skills to include at least 20 continuous feet of confined vertical space for advance scenario training. This facility must contain engineered/mechanical safeties for collapsed structure training. This facility must allow for the use of the full complement of Pararescue specific, Heavy & Light REDS Kits. Contractor shall provide extensive rope access facilities to thoroughly exercise technical rescue skills to include at least 75 continuous feet of vertical space for advance scenario training.� Facility must provide natural and/or manmade anchors that are �bomb proof�. Contractor�s facility shall support NVD training, technical rope rescue, collapsed structure, MOUT and CQB environments during normal business hours IOT maintain student circadian rhythm and CONUS sleep cycles. Contractor facilities will be expansive and contain multiple learning environments �under one roof� in order to mitigate schedule disruptions caused by unforeseen conditions/inclement weather (i.e. rain, thunderstorms, temperature extremes high heat, civil unrest, etc.). All training venues and learning environments utilized throughout the course shall be no further than 30 minutes between location(s) to maximize �time to train� and minimize training stoppages. Training at private, commercial, State or local facilities that have been specifically developed, established, or operated for the purpose of training, such as that which will occur during the proposed training event. Quantity: �One (1) twelve (12) month base year and four (4) twelve (12) month option years. Unit of Issue: Job Contract Type: Single Award IDIQ Destination: Performance at Contractor�s facility as defined in the Performance Work Statement (PWS) How to Obtain Solicitation: Provide capability statement showing how the contractor meets the specifications/qualifications and contact William Lawson, william.lawson.12@us.af.mil, or Jaime Collins, jaime.collins.2@us.af.mil. Set-aside: Small Business Set-Aside
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca0d324dfde94e3988667e2dd63ebcfd/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05861170-F 20201127/201125230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.