Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOURCES SOUGHT

R -- the Medical Simulation Training Center (MSTC), Instructor, Operator Support Services (MIOSS) acquisition

Notice Date
2/25/2022 4:51:34 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK22MIOSS
 
Response Due
1/5/2022 1:00:00 PM
 
Archive Date
06/03/2022
 
Point of Contact
Guillermo J. Santiago Sosa, Phone: 4073843561, Phillip B. Davis, Phone: 4073845335
 
E-Mail Address
guillermo.j.santiagososa.civ@army.mil, phillip.b.davis16.civ@army.mil
(guillermo.j.santiagososa.civ@army.mil, phillip.b.davis16.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
UPDATE 25 February 2022: during the Industry day it was mentioned that the Government wouldn�t release the list of participants, however, this in fact is not the common practice and the Government will now release the list of participants on 5 March 2022. If you participated in the Industry day on 24 February 2022 and do not want your information release to the other participants, please send an email to USARMY NSA Orlando PEO STRI Mailbox MIOSS requesting to be remove from the release list not later than 1200 EST, 4 March 2022 and I will remove you from the list. Please provide name and company name. INDUSTRY DAY UPDATE: ACC-ORL and PEO STRI will be conducting an Industry Day for the MIOSS acquisition. WHAT: Virtual Medical Simulation Training Center (MSTC), Instructor, Operator Support Services (MIOSS) acquisition Industry Day WHEN: 1300-1500 hours, 24 February 2022 WHERE: Via MS Teams link Join Microsoft Teams Meeting (this link will function via web based MS Teams, follow instruction on attached document). No pre-registration required. Link:�https://dod.teams.microsoft.us/dl/launcher/launcher.html?url=%2F_%23%2Fl%2Fmeetup-join%2F19%3Adod%3Ameeting_e8c22a52060745819ebc29882fcd91cb%40thread.v2%2F0%3Fcontext%3D%257b%2522Tid%2522%253a%2522fae6d70f-954b-4811-92b6-0530d6f84c43%2522%252c%2522Oid%2522%253a%252213f861b1-e27b-407e-bca3-99c98136789b%2522%257d%26anon%3Dtrue&type=meetup-join&deeplinkId=bcfb6247-dec9-48fb-8ee8-1cc3362fadc1&directDl=true&msLaunch=true&enableMobilePage=true&suppressPrompt=true WHO: Companies interested and capable to support the acquisition WHY: To host a Virtual Industry Day with interested companies with the capability to fulfill this requirement and provide a brief and video of the MSTC that MIOSS will support. Notes: Attached is the draft of the Performance Work Statements (PWS) for industry review and comment. Industry comments/questions will assist the requiring activity in refining its requirement and associated PWS. PWS Feedback/questions:� Submit via email at guillermo.j.santiagososa.civ@army.mil by Friday, April 4, 2022. Program Officials will answer as many questions as time allows during Industry Day. The Industry Day presentation and answers to all questions from the audience will be posted on the Government-wide point of entry Government Contract Opportunities website https://www.sam.gov. There will not be enough time to conduct any one-on-one discussions during Industry Day.��� SOURCES SOUGHT NOTICE INTRODUCTION: The U.S. Army Contracting Command - Orlando (ACC-Orlando) is issuing this Sources Sought Notice (SSN) on behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) as a means of conducting market research to identify potential sources having an interest in supporting the requirements of the Medical Simulation Training Center (MSTC), Instructor, Operator Support Services (MIOSS) acquisition. This sources sought seeks to gain an understanding of available companies interested in the MIOSS Instructor/Operator (I/O) services acquisition. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER:� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND:� The requirements within MIOSS are currently being satisfied by PEO STRI through the Training Instructor Operator Support Services (TRIOSS) contract. The anticipated Period of Performance (PoP) is a base period of twelve (12) months, with at least two (2) and potentially four (4) one-year option periods. �The Government is considering the following North American Industrial Code System (NAICS) code as part of its strategy: a. Sector 54 - Professional, Scientific and Technical Services i. 541990 - All Other Professional, Scientific, and Technical Services, with an associated size standard of $16.5M in average annual receipts. Further analysis is being conducted to determine an accurate potential ceiling value for this effort; therefore, the Government is not releasing any dollar values for this requirement at this time. REQUIRED CAPABILITIES: The Medical Simulation Training Center (MSTC) program is the only PEO STRI TADSS-related I/O support services program currently being considered for the MIOSS acquisition. While future requirements cannot be predicted, please use the program scope provided below in answering the questions stipulated in paragraph 4 of this notice. a. MEDICAL SIMULATION TRAINING CENTERS (MSTC) i. DESCRIPTION: MSTC is a standardized family of medical training components that facilitate immersive and rigorous training in Tactical Combat Casualty Care (TCCC). The MSTC training components include a computerized bleed-breathe mannequin that is weighted and airway equipped, partial task trainers and associated equipment. Enabling technology includes audiovisual enhancements, camera surveillance capability, computer labs, and control rooms with a remotely managed training platform. ii. SUMMARY OF REQUIREMENTS: The contractor shall provide instruction of TC 8-800 medical curriculums and operation of fielded Army medical training TADSS within 21-25 US Army MSTCs globally. iii. TRAINING FOCI: MSTC Training will primarily focus on providing Tactical Combat Casualty Care (TCCC); TC8 -800, Medical Education and Demonstration of Individual Competence (MEDIC); and sustainment training for the 68W Military Occupational Specialty (MOS), and Combat Life Saver (CLS) initial training and sustainment training to non-medical personnel. iv. OTHER TRAINING: Other U.S. Army Medical Center of Excellence (MEDCoE) approved National Registry Emergency Medical Technician (NREMT) and the proponent via the MEDCoE MSTC Program Director through the MSTC Director/Technical Oversight Representative (TOR) or their authorized representative or Command authority may teach miscellaneous courses and training events on a site-specific basis after approval. v. PLACE OF PERFORMANCE/PERSONNEL STAFFING: The contractor shall staff each MSTC sufficiently to ensure the training throughput capability to train at least 2,500 Soldiers in 68W recertification TC 8-800 requirements and/or Combat Lifesaver skills (CLS) annually using only contractor instructor personnel. The contractor shall not staff to a lesser throughput capability even if scheduled classes differ, or the number of students scheduled is lower than the aforementioned requirements, or if the installation provides military instructors. Currently the CONUS locations include -Ft Benning, GA; Ft Bliss, TX; Ft Bragg, NC; Ft Campbell, KY; Ft Carson, CO; Ft Drum, NY; Ft Hood, TX; Ft Indian Town Gap (FIG), PA ; Joint Base Lewis-McChord, WA; Ft Riley, KS; Ft Stewart, GA; Ft Dix, NJ ; Ft McCoy, WI; Camp Atterbury, IN; Camp Dodge, IA; Camp Shelby, MS; Camp Ripley, MN; and OCONUS locations in Ft Wainwright, AK; Vilseck, Germany; Schofield Barracks, HI; Camp Humphreys, Korea. Two new Sites at Ft. Hood, TX; Ft Bragg, NC are scheduled for fielding in FY22; Camp Bullis, TX fielding FY23; Camp Williams, UT fielding FY24; Other sites may be added or removed as required by the Government. SPECIAL REQUIREMENTS: Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the company's claim that it presently has the qualifications and capabilities to satisfy one or more of the performance and technical objectives described in paragraph 3 of this notice. Vendor responses are limited to twenty (20) written pages (MS Word format) and should include the following: a. Company Profile / Capabilities i. Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HUBZone). Large Businesses ARE permitted to respond to this notice. ii. Company Point of Contact (POC) name, title, office address, phone number and email address. iii. Describe briefly the capabilities of your organization and the nature of the services you provide. Include a description of your background and/or your staff composition to include advanced academic degrees. Please also include professional experience of your staff. The focus of this description of capabilities is to determine if your organization has a deep understanding of training services within the defense industry. iv. Include information about your firm's ability to grow, such as available letters of credit and ability to quickly hire qualified personnel. v. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, Government organization supported indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. vi. Organization's ability to have personnel located at OCONUS locations. Does your company currently have employees working full-time, with the appropriate labor law approvals in Alaska, Germany, Hawaii, and/or Korea? If not all locations, identify where and how many employees are at each location. b. Vendor Perspective (Acquisition and Contracting Strategies) i. What would be your organization's management approach to staffing this effort with qualified personnel? ii. What is your company's ability to begin performance upon contract award, and/or do you have any recommendations as it relates to a transition period. iii. Is your company capable of providing a team composition that can support the scope of this requirement, while also performing at least 50 percent of the work? Explain which portion of the scope you would perform and which portion you would utilize the capabilities of teaming partners? Please consider the information in the NOTE (LIMITATIONS ON SUBCONTRACTING) section below. iv. Are there primary risk areas and/or potential issues associated with an acquisition of this type? How do you propose to mitigate these risk(s)? v. Identify the contract type (e.g., Firm Fixed Price (FFP), Cost, etc.) you believe is appropriate for this requirement as well as any limitations to your organization's ability to propose an FFP with Cost provisions contract. vi. Identify how the Government can best structure these contract requirements to facilitate competition by and among small business concerns. vii. If a trade-off methodology were deemed appropriate in obtaining the best value, what source selection evaluation criteria would your organization recommend for this acquisition? viii. The potential contract will likely include one (1) base year PoP, plus at least two (2) or as many as four (4) option years. Describe how the Government's decision on PoP may affect your organization's ability to execute this requirement. ELIGIBILITY: The applicable NAICS code for this requirement is 541990 - �All Other Professional, Scientific, and Technical Services�. The size standard for this NAICS code is $16.5M. The applicable Product Service Code (PSC) is R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL. SUBMISSION DETAILS: (MS) Word in a format readable and usable by MS Word 2016, with a font no smaller than standard 10-point Times New Roman. Responses should include one cover page (inclusive within the 20 page maximum) to include solicitation number, solicitation name, company name, office address, and POCs including phone numbers and e-mail addresses. The file name should only include the solicitation number, followed by an underscore and Company Name (e.g. W900KK22MIOSS_XYZ Inc.). Data in addition to that which is solicited in paragraph 4 of this notice will not be considered, and no other document formats will be accepted. Interested contractors are requested to submit their responses via email no later than (NLT) 4:00 p.m. (Eastern Standard Time), 5 January 2022 to guillermo.j.santiagososa.civ@army.mil PROPRIETARY DATA: All submittals containing proprietary data must be appropriately marked. It is the respondent's responsibility to clearly define to the Government what is considered proprietary data. The Government reserves the right to make public any information that would provide clarification on the requirement for industry in preparing for proposals. Responders are advised that any data submitted to the Government in response to this notice may be released to non-Government program support contractors for review and analysis. These personnel will have a Non-Disclosure Agreement in place. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. Written responses to this Sources Sought should consist of the following: Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements. Provide a tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. A statement indicating if your firm is a large or small business; if small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)] under NAICS 541990. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. An itemized Rough Order of Magnitude cost for each requirement listed above. All information/materials received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All correspondence/questions regarding this notice shall be directed to the Contracting Officer, Mr. Phillip Davis, via the following email address: usarmy.orlando.peo-tri.mbx.mioss@army.mil *NOTE (LIMITATIONS ON SUBCONTRACTING):� If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) was updated in September 2021.� The current clause adds the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause.� Small business prime contractors may now count �first tier subcontractor� work performed by a �Similarly Situated Entity� as if it were performed by the prime contractor itself.� To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitations on Subcontracting requirements, please identify the name & DUNS/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. �Information regarding any planned �Similarly Situated Entity� should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e80a5b9f49424c828f16b478c0c9916b/view)
 
Place of Performance
Address: Orlando, FL 32826-3276, USA
Zip Code: 32826-3276
Country: USA
 
Record
SN06251710-F 20220227/220225230114 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.