Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2003 FBO #0623
SOLICITATION NOTICE

U -- MEDICAL TRAINING COORDINATOR

Notice Date
8/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
USZA99-03-Q-0101
 
Response Due
9/24/2003
 
Archive Date
10/9/2003
 
Point of Contact
Thelma Escobar, Purchasing Agent, Phone 757-492-7960 xt2228, Fax 757-492-7954,
 
E-Mail Address
tescobar@mail.nswdg.navy.mil
 
Description
This is a combined synopsis/solicitation in accordance with the format in FAR 13.3 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number, USZA99-03-Q-0101 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. This procurement is restricted to small business set aside. All responses from responsible sources will be fully considered. The North American Industry Classification System (NAICS) code for this acquisition is 611699. The small business size standard is 500. The Naval Special Warfare Development Group is procuring a Medical Training Coordinator. STATEMENT OF WORK: INTRODUCTION -The purpose of this effort is to provide a Medical Trainer in support of the Medical Department, located at Naval Special Warfare Development Group, Virginia Beach, VA. The contractor will support this requirement with an Operational Medicine Subject Matter Expert (SME) for consultation and for training developer oversight on a periodic basis. This contract is a non-personal training contract. DESCRIPTION OF WORK REQUIRED - The contractor will develop and coordinate medical training, EMT-Paramedic level sustainment training while including the most recent curriculum and techniques included in the Operational Emergency Medical Skills (OEMS) Program as well as Tactical Combat Casualty Care (TCCC) principles set forth by USSOCOM. Coordination to meet training requirements and certification of all other medical personnel will also be included (e.g. diving medical technicians, independent duty corpsmen and medical officers). The contractor will develop techniques, procedures and select equipment required to manage combat casualties in the Special Operations environment for up to 1920 hours in conjunction with the OEMS Program and TCCC principles. The contractor/ will configure and employ equipment to include, but not be limited to, the human performance simulator (HPS) and to provide recommendations and assist in procurement of additional training equipment to support the special warfare medical support mission. The contractor will provide a full time on site medical training coordinator to oversee day-to-day development and management of the training program and provide Emergency Medical Technician ? Paramedic and /or RN level support for any emergencies that occur during training ONLY (local area, and when required ? CONUS TAD). DUTIES/DELIVERABLES - The contractor shall perform a full-range of Medical Training duties, within the scope of this statement of work, on site using government-furnished supplies and facilities. Workload occurs as a result of scheduled and unscheduled requirements for training. The contractor?s primary duty shall be to: Participate in monthly meetings to review and evaluate the medical training provided to IDCs, corpsmen, dive medical technicians and medical officers, and identify opportunities to improve the quality of training delivered. When necessary the contractor will recommend corrective action when problems exist. Should a meeting occur outside of regular working hours, the contractor shall be required to read and initial the minutes of the meeting. Participate in the provision of monthly in-service training to non-healthcare-practitioner members of the clinical and administrative staff on subjects germane to nursing care and attend annual renewal of the following Annual Training Requirements provided by MTF: Family advocacy, safety training, disaster training, infection control, Sexual Harassment, and Blood borne Pathogens. The contractor will maintain current certification as an Instructor in American Heart Association Basic Life Support (BLS) for Healthcare Providers; American Heart Association Healthcare Provider Course; or American Red Cross Cardio Pulmonary Resuscitation (CPR) for the professional rescuer; or equivalent. Maintaining current certification as an Advanced Cardiac Life Support (ACLS) Instructor and Pre-Hospital Trauma Life Support (PHTLS) Instructor is desired. The contractor will provide for this certification. The contractor will maintain EMT-Paramedic and/or Registered Nurse Certification. The Command will allocate time for attendance to two annual conventions or courses of instruction utilized for completion of the continuing education units required to maintain EMT-P and/or Registered Nurse Certification. The contractor will develop and implement tactical medical training modules using current methods and techniques of the OEMS group and TCCC doctrine. The contractor will integrate the HPS simulator and other adjuncts into training modules, where appropriate. The contractor will develop objective standards and proficiency measures for tactical combat casualty care including ballistic trauma, explosion, burns, radiation, biological and chemical. The contractor will develop assessment measures of proficiency for all medical support. The contractor will identify future years medical training requirements and get them submitted to the Technical Support Working Group or as an Unfunded Requirement (UFR) for funding. The contractor will be responsible for all quarterly and biannual reports of individual performance on certification status as required by NAVSPECWARCOM and NAVSPECWARDEVGRU Instructions. The contractor will provide electronic copies (in the current type and version in use by NSWDG) of all plans, curriculum, modules, and reports to the Medical Section managers. DUTY HOURS - The contractor shall perform services from 29 October 2003 through 28 October 2004 for 40 hours per week; between the hours of 0730 and 1630, Monday through Friday (to include an uncompensated 1 hour for lunch depending on shift schedule). The actual location where services shall be provided shall vary based on the fluctuation of the needs of the various commands and beneficiaries. It is estimated that the contractor will work a total of 1920 regular hours (allowing for holiday and leave days). When required to ensure completion of services that extend beyond the normal close of business, the contractor shall remain on duty in excess of the scheduled shift. The contractor will log these hours as compensatory time on his hours sheets and be given an equal amount of compensatory time off at a time mutually agreed upon by the contractor and the Medical Section Commanding Officer. Quarterly, consultant assistance visits may be required by an Operational Medicine Subject Matter Expert (SME) for consultation, training on a particular topic, and for training developer oversight. All SME visits will be approved beforehand by the Medical Director. Contractor services will not be required on the following federally established holidays: New Year?s Day, Martin Lither King?s Birthday, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran?s Day, Thanksgiving Day, and Christmas Day. TRAVEL - All travel will be IAW the Joint Travel Regulations. The contractor, when available and advantageous to the Government, shall request use of Government transportation. NSWDG Medical Department Head or designated representative must authorize all travel prior to each trip. SPECIAL REQUIREMENTS - Prior and recent experience in teaching, training and operational experience in the management of trauma in special operations environments. Affiliation with organizations providing medical support to ongoing operational direct action missions is a requirement. Experience with medical care and training in other areas of high value for special operations including NBC, environmental medicine and sports medicine is especially desirable. The contractor/health care provider?s previous performance and experience must demonstrate capability for innovative thinking and problem solving, independent decision making, superior organizational and teaching skills as well as the use of current computer technology (e.g. word processing, data base management, graphics required for presentation, CD-ROM and online resources). SECURITY REQUIREMENTS -The contractor and any employees associated with this contract must posses a current secret clearance to permit work in the presences of classified activities. A Form DD-254 must be submitted to the NSWDG SSO prior to the start date of the contract on each individual under this contract. The contractor shall not disclose or release to other than government authorized persons or activities, the content of any government information, procedures or software provided. The contractor shall immediately notify NSWDG Medical Department of any security violations, security incidents, or of any indication of a potential unauthorized disclosure or compromise of classified or sensitive unclassified material or information. CONTRACT MANAGEMENT - Contractor is required to submit all time and attendance records and travel records with the invoices to Naval Special Warfare Development Group, 1636 Regulus Avenue, Bldg 313, Virginia Beach, VA 23461-2229. Invoices need to indicate the exact days of performance and the precise number of hours worked on those days. Solicitation Provision at FAR 52.213-4, Terms & Conditions ? Simplified Acquisitions (Other than Commercial Items) (Jan 2001) is hereby incorporated by reference. FAR 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-1, Buy American Act Balance of Payments Program, 52.204-2, Security Requirements (Aug 1996). Additionally, the following clauses are applicable to this solicitation, 52.204-7004, Required Central Contractor Registration, 252.225-7000 Buy American Act Balance of Payment Program Certificate, 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7002, Qualifying Country Sources as Subcontractors. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Questions pertaining to the solicitation must be submitted in writing and may be faxed to Thelma Escobar, 757-492-7954. Signed and dated quotes referencing the RFQ number USZA99-03-Q-0101, must be submitted, no later than 4:30 p.m. 24 September 2203 to 757-492-7954, NSWDG, 1636 Regulus Ave, Bldg 313, Virginia Beach, VA 23461-2299. The quotes must provide sufficient detail on the proposed item to allow the government to make a best value determination.
 
Record
SN00398982-W 20030814/030812214124 (fbodaily.com)
 
Source
FedBizOpps.gov 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.