Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2020 SAM #6827
SOURCES SOUGHT

U -- Advanced Life Support Continuing Education Training - Buckley AFB

Notice Date
8/6/2020 11:46:00 AM
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
FA2543 460 CONF BUCKLEY AFB CO 80011-9572 USA
 
ZIP Code
80011-9572
 
Solicitation Number
F1K3DA0199AW02
 
Response Due
8/13/2020 1:00:00 PM
 
Archive Date
08/28/2020
 
Point of Contact
Mary Katelyn Towne Bedard, Phone: 7208476524, Fax: 7208476443, Damaris Raffaeli, Phone: 7208476447
 
E-Mail Address
mary.bedard.1@us.af.mil, damaris.raffaeli@us.af.mil
(mary.bedard.1@us.af.mil, damaris.raffaeli@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS ADVANCED LIFE SUPPORT TRAINING � BUCKLEY AIR FORCE BASE, CO THIS SOURCES SOUGHT (SS) SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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. The 460 CONS/PKA Contracting Flight at Buckley Air Force Base (BAFB), CO is conducting preliminary planning market research to obtain information from potential and eligible contractors for contemplated award of a purchase order for the 460th Civil Engineering Squadron (CES). This contracting effort will be subject to the availability of funds. The anticipated requirement is to provide all materials and qualified skilled labor and un-skilled labor to provide continuing education units (CEU) for Advanced Life Support (ALS) medical training to BAFB firefighters, emergency medical technicians (EMT) and paramedics. In addition, the contractor shall teach intravenous (IV) training to BAFB EMTs and shall teach Advanced Cardiovascular Life Support (ACLS) and Pediatric Advanced Life Support (PALS) courses to BAFB paramedics. The contractor shall provide three (3) two-hour CEU sessions per month to accommodate three (3) firefighting shifts for the duration of the contract.� The training will include all of the educational topics required to meet the standards of the NREMT to maintain certification and to be eligible for renewal every two years.� The training may occur at BAFB Fire Dept. (Bldg. 806) or remotely. The contractor�s performance will be based on the Contracting Officer�s (CO) and Assistant Chief (A/C) of Training�s evaluation and on the results required by the Service Summary; performance will not be based on the frequency or method of performance.� It is at the contractor�s discretion to determine the levels of frequencies to attain the level of service at the best value. The evaluation of results will be based on CO and A/C performance assessments, tenant satisfaction, and customer complaints.� Final results of the evaluations will be the determining factor for the success or failure of this anticipated contracting effort. The contractor shall comply with applicable Federal, regional, State, and local laws and commercial standards. The NAICS code is 611699: All other Miscellaneous Schools and Instruction with a corresponding small business size standard of $12 million. In accordance with (IAW) Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all SS responses received, particularly those received from small businesses. Responses to this SS permits the Contracting Officer, IAW FAR 19.203(c), to consider an acquisition for the small business socioeconomic contracting programs to include 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) programs, and to consider a small business set-aside (see 19.502-2(b)). Small businesses in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. It is the contractor's responsibility to ensure that all work is performed is IAW all Air Force, federal, state, county, and local statutes, laws, regulations, safety requirements, instructions, manuals, handbooks, regulations, guidance, and policy letters. Attached is the Draft Performance Work Statement (PWS) outlining the minimum requirements for the required service.� Work will be provided under firm-fixed-price (FFP) contract.� Interested contractors should have a successful history of relevant experience associated with advanced life support and emergency medical services training. The anticipated contracting opportunity shall be for one (1) 12-month base period and four (4) 12-month option periods. The responsible Contractors should submit a capability statement demonstrating their relevant experience. Capability statements for this SS are not expected to be proposals, but rather statements regarding the company's existing experience. Please include the following: Full name of your firm, address, point of contact, point of contact phone number and email address. Commercial and Government Entity (CAGE) Code. Socioeconomic status (Large or Small Business, certified 8(a), HUBZone, Women-Owned, Service- Disabled, Veteran-Owned). Evidence of recent (past 5 years) experience related to the requirement described above, to include Contract Number, Project Title and Description, and Points of Contact for each contract to include current telephone numbers and email addresses. Any other information deemed pertinent that will aid in our assessment of your firm's capabilities. THERE IS NO SOLICITATION AT THIS TIME. This is a request for information/sources sought announcement ONLY.� This request for capability information does not constitute a request for proposals - no contract will be awarded from this notice and is not to be construed as a commitment by the Government.� Submission of any information in response to this market survey is purely voluntary - the Government assumes no financial responsibility for any costs incurred.� The Government is under no obligation to acknowledge receipt of any information received or provide feedback to respondents with respect to any information submitted.� Telephone inquiries will not be accepted or acknowledged.� This SS notice is for planning purposes only, and does not constitute a solicitation for bids/proposals.� Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources.� If a Request for Proposal (RFP) is issued, it will be announced at a later date.� All interested parties must respond to that RFP announcement separately from the response to this announcement, and are responsible for monitoring the beta.SAM.gov website for the posting of any solicitation or subsequent updates. Interested Contractors shall submit responses no later than 2:00 p.m. Mountain Date Time (MST) on 13 August 2020 via e-mail to the Contract Specialist, Ms. MK Bedard, at mary.bedard.1@us.af.mil and the Contracting Officer, Ms. D Raffaeli, at damaris.raffaeli@us.af.mil.� Telephone requests for technical information will not be honored.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4c9067b8ee3e41ea9caf0fa7c1436842/view)
 
Place of Performance
Address: Aurora, CO 80011, USA
Zip Code: 80011
Country: USA
 
Record
SN05748646-F 20200808/200806230156 (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.