SOLICITATION NOTICE
U -- Trauma Training
- Notice Date
- 1/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 1, 3632 Quadalcanal Road, B#165 USNAB Coronado, San Diego, CA, 92155-5538, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- H92240-07-T-G062
- Response Due
- 1/22/2007
- Archive Date
- 2/6/2007
- 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 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted with commercial procedures as outlined at FAR 12. This is a simplified acquisition. Anticipated award less than $30,000.00 Solicitation number H92240-07-T-G062 is issued as a request for quotation (RFQ) The resulting contract will be firm fixed price. Note #1 applies. FSC: U099 NAICS Code: 611699 with a size standard of NTE $6.5 million F.O.B.Destination. All responsible business may submit a quote that shall be considered. All responding vendors must be Central Contractor Registered (CCR) Submit quotes via e-mail to:Yvonne.Federico@navsoc.socom.mil or via Fax (619) 437-3547.All quotes must be received not later than Closing Date: January 22, 2007 Closing Time: 10:00 AM PST No extensions will be granted. Technical POC: HM1 Scott Banks (619) 437-2417/2551 Scott.Banks@navsoc.socom.mil In accordance with FAR 52.212-2, Evaluation-Commercial Items (1999) Evaluation Factors in Descending Order of Importance are as follows: (iii) past performance references; (ii) price; (i) technical capability of the item/services offered to meet the Governments requirement. For past performance evaluation, provide at least three (3) references of sources for whom you have provided the specified materials and/or service(s). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-12. DESCRIPTION: Provide realistic combat trauma medical training incorporated within the operational training exercise. Training Dates: January 30, 2007 through February 1, 2007. For class set-up, breakdown and packaging one (1) day only on the front and back end within the scope of the project time frame is allowed. Fifty (50) students per instruction day Standard PHTLS eight (8) hours per day. Note: Actual training time will be whatever is required to accomplish the training. This will be all field training for Regular Operators and Corpsmen conducted in a field location, outside open area, no night ops and incorporated within the operational training exercise. NSWG-1 Medical Department will coordinate the training scenario with the vendor. The training covers but is not limited to: casualty care, pain management, airway assessment, breathing adequacy, airway management, airway adjuncts, fluid resuscitation, cirulation assessment, controlled shock treatment, circulation augmentation, IV therapy, essential neurological exam, HEENT exam in trauma, head and neck trauma, chest trauma assessment and management, evaluation of the abdomen, abdominal wall injury and eviscerations, fractures and dislocation, extremity injuries, soft tissue injuries, lacerations and wound management, and live tissue practice laboratory. For LLT vendor to provide two (2) patient models per day, including delivery and disposal. Instructors must be currently certified National Registry of Emergency Medical Technicians skilled in the care and handling of live tissue patient models and understanding of military operations as performed by NSW personnel. Must be intimately familiar with the contents, use and application of the TQS-1 Medical Bandage Kit (MBK).Vendor must provide all scenario props (excluding vehicles) at a minimum two (2) blow out kits per patient model and all applicable medication. Each patient model must have at least one contract instructor assigned to its care and to evaluate the operator. Vendor must provide on site for all live tissue evolutions a qualified currently licensed and credentialed Doctor of Veterinary Medicine (DVM). Vendor to provide all permits and General Liability insurance coverage for the training site. Vendor will not disclose contract details to third parties or use award of this contract as endorsement or advertisement in part or whole without the express authorization of the Public Affairs Officer (POA) of the NSWG-1 and will notify the POA immediately if third party inquires are made. This acquisition incorporates the following FAR clauses: 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan2004). The following clauses are incorporated by reference in 52.212-5 paragraph (a): Protest after Award (Aug 1996) (31 U.S.C. 3533); paragraph (b) 52.222-6, Equal Opportunity (Apr 2002) (E.O. 11755), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.12-7000 Offeror Representations and Certification-Commercial Items (Nov 1995) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep2004), FAR 52.204-7 Central Contractor Registration (Oct 2003) DFARS 252.204-7004 Alternate A Required Central Contractor Registration (Nov 2003), DFARS
- Place of Performance
- Address: San Diego, Ca
- Zip Code: 92155
- Country: UNITED STATES
- Zip Code: 92155
- Record
- SN01206693-W 20070108/070106220510 (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 |