SOURCES SOUGHT
U -- Mission Command Arts and Science Program Instructor Services
- Notice Date
- 5/10/2021 3:37:38 PM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- W40M USA HLTH CONTRACTING ACT JBSA FT SAM HOUSTON TX 78234-5074 USA
- ZIP Code
- 78234-5074
- Solicitation Number
- W81K04-21-Q-MCASP
- Response Due
- 5/18/2021 2:00:00 PM
- Archive Date
- 06/02/2021
- Point of Contact
- Anush Collins, Arturo Castro, Phone: 2102954392
- E-Mail Address
-
anush.m.collins.civ@mail.mil, arturo.castro8.civ@mail.mil
(anush.m.collins.civ@mail.mil, arturo.castro8.civ@mail.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION ONLY. This is not a Solicitation, (i.e. Request for Proposal, Request for Quote, or Invitation for Bid), or an indication that the Health Readiness Contracting Office (HRCO) will contract for the services contained in this notice. This notice is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this notice are strictly voluntary and the Government will not pay respondents for information provided in response to this notice. Responses will not be returned and respondents will not be notified of the result of the review. If a solicitation is issued, it will be announced on the Federal Business Opportunities website, https://beta.sam.gov/ , at a later date and all interested parties must respond to that solicitation announcement separately from any response to this announcement. This Sources Sought Notice does not restrict the Government's acquisition approach on a future solicitation. RESPONSES: Respondents to this notice should describe their interest and ability to perform the requirement summarized within this notice by providing a capability statement and any concerns, comments or recommendations you may have with the attached draft Performance Work Statement (PWS) citing the specific PWS paragraph numbers for reference. Responses are to contain (1) Vendor Name, (2) Address, (3) Point(s) of Contact, Phone Number, email, (4) CAGE Code and (5) capability statement specific to the requirements of the attached DRAFT PERFORMANCE WORK STATEMENT (PWS). Responses should be formatted as either MSWord (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of five (5) pages. Proprietary Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. Responses should be submitted to the contracting officer at arturo.castro8.civ@mail.mil �and the contract specialist anush.m.collins.civ@mail.mil �no later than 4:00 pm Central Time, Tuesday, May 18, 2021. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. DESCRIPTION OF REQUIREMENT: 1. General. This is a non-personal services requirement to provide instructional services for Mission Command Arts & Science Program (MCASP) focused on delivering Mission Command Information Systems (MCIS) instruction. The Government shall not exercise any supervision or control over the contract service providers (CSPs) performing the services herein. Such contract service providers shall be accountable solely to the contractor who in turn is responsible to the Government. 1.1. Background: To successfully conduct Mission Command in any operational environment (OE), crews must be technically competent and tactically proficient in the employment of their MCIS. Soldiers must develop and sustain technical skills that allow them to quickly process and share information throughout the command post, and to both higher and lower echelon units. This combination of technical skill training is essential for shared situational understanding. The MCIS is a group of systems including automated command and control processes, communication networks, tactical operations center redesign packages, and new procedures for operational automated processes at the battalion and above echelons to gain proficiency in common operating picture development and battle management through the integration of MCIS. 1.2. Scope of Work. The contractor shall utilize approved lesson plans (LP), provide instructional materials; conduct and evaluate training in MCIS and future systems as MCIS evolves; provide training scenario development within the Mission Command Warfighting function and the Health Service Support functional areas; and provide MCIS assistance/consultation during Professional Military Education (PME) and Functional Courses Staff Exercises and Command Post Exercises. MCIS instruction includes: MCIS overview, Force Battle Command Brigade and Below (FBCB2) overview and operator, Command Post of the Future, Joint Capabilities Release (JCR), Joint Battle Command-Platform (JBC-P), Command Post Compute Environment (CPCE) to include software updates and future systems replacing named systems of record. 1.2.1. MCIS instruction will be provided within the MEDCoE programs of instruction: Medical Service-Field Medical Assistant Course; Health Services Warrant Officer Basic Course; Health Services Maintenance Officer Course; Army Medical Department Captains Career Course (CCC); Health Service Plans, Operations, Intelligence, Security & Training Course (70H); Medical Logistics Officer Course (70K); Patient Administration/Healthcare Administration Course (70E); Medical Information Management Course (70D); and other courses as requirements for MCIS are identified within MEDCoE approved Programs of Instruction (POI). See exhibit D MEDCoE Program and MCIS Descriptions. 1.2.2. The contractor shall provide MCIS instruction within the MEDCoE located at Joint Base San Antonio Fort Sam Houston, Texas or Camp Bullis, Texas. Student to instructor ratio is dependent upon each LP. If there is hands-on computer work for a LP, the method of instruction shall be interactive multimedia instruction. For interactive multimedia instruction on average the ratio is two instructors for every twenty students. The class schedule will vary. Instructors may be required to travel to Fort Hood or Fort Leavenworth to receive training related to new MCASP or MCIS software and platform updates. 1.3. The Contractor shall comply with all applicable laws, rules and regulations, including but not limited to those included in Section 6 of the PWS. 1.3.1. The Contractor shall comply with all applicable installation, facility, and area commander installation/facility access and local security policies and procedure and shall provide all information required for background checks to meet installation access requirements of the installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA and/or local policy. Should the Force Protection Condition (FPCON) at the installation change, the Government may require changes in contractor security matters or processes.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/48607ab4093845f49ec80f287fd916b8/view)
- Place of Performance
- Address: JBSA Ft Sam Houston, TX 78234, USA
- Zip Code: 78234
- Country: USA
- Zip Code: 78234
- Record
- SN05997241-F 20210512/210511201424 (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 |