SPECIAL NOTICE
70 -- Notice of Intent to Award Sole Source - SIMULATIONiQ
- Notice Date
- 7/23/2020 5:43:13 AM
- Notice Type
- Special Notice
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Solicitation Number
- FA8650-20-Q-4352
- Response Due
- 7/31/2020 2:00:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- Robin Marks
- E-Mail Address
-
robin.marks@us.af.mil
(robin.marks@us.af.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Education Management Solutions, LLC (EMS), under the authority of FAR 8.405-6 (Limiting Sources) on or about 28 August 2020.� The period of performance (PoP) shall be from 30 September 2020 � 29 September 2025.� FSC: 7045 NAICS: 334118 Size Standard: 1,000 employees Product name: SIMULATIONiQ Enterprise Solution Supplier name: Education Management Solutions, LLC. Product description: EMS SIMULATIONiQ Enterprise is an audiovisual, simulation, and education management platform for course curriculum to provide Department of Defense (DoD) medical professionals an environment that will ensure these professionals receive up-to-date medical education and techniques that ensure patient survivability. SIMULATIONiQ leverages web technologies to provide a single platform solution to meet the needs of standardized patient and high-fidelity clinical simulator training programs. There will be a base year with four one (1) year options. Product characteristics an equal item must meet to be considered: Comprehensive simulation management operating platform for health care professionals to train and improve clincial results and outcomes. The system integrates software and digital audio-video recording to schedule, train and evaulate simulation activities on patient manikins and live actors. Includes implementation, installation, routine/annual maintenance, and training services. Scenario/case creation and management Faculty review, evaluation, and student feedback through checklist creation and scoring Automatic scheduling of rooms, students, faculty, SPs and simulators with manual override option An integrated calendar showing both SP and simulation events Attachment of EKG, X-ray, and other lab results for SOAP notes The ablity to generate numberous statistical reports Charting practice through optional simululated Electronic Health Records (HER) with access to a record during an encounter or simulation scenario A student portfolio to manage personal information, schedules, calendars, and activities Integrating with multiple sumilators and providing synchronized recording capture with vital signs and evaluation logs Audio/visual mangement with live and recorded viewing; viewing can be done on-site or remotely Comprehensive bookmarking package Automatic/unmanned paging announcements to guide and alter all participants to procedures Convenient, single-screen mangement of entire sinulation center Pan, tilt and zoom camera views as well as use of prodefined camera presets This notice of intent is not a request for competitive quotations.� However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government.� The Government will consider responses received within 9 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603.� If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply.� A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government.� Contractors should be aware of the following information: Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone. Company CAGE Code or DUNS Number.� In your response, you must address how your product meets the product characteristics specified above. Submitted information shall be UNCLASSIFIED. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Robin Marks, robin.marks@us.af.mil and Stephen Wharton at stephen.wharton@us.af.mil no later than 31 July 2020, 5:00 PM EST.� Any questions should be directed to Robin Marks through email.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/178e019c04a240d7bc579ae132ded6e8/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN05730772-F 20200725/200723230143 (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 |