Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2023 SAM #7957
SOLICITATION NOTICE

69 -- Augmented Reality Training Simulator

Notice Date
9/8/2023 7:58:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
W7NR USPFO ACTIVITY NYANG 105 NEWBURGH NY 12550-5042 USA
 
ZIP Code
12550-5042
 
Solicitation Number
W50S8D23R0017
 
Response Due
9/12/2023 7:00:00 AM
 
Archive Date
09/27/2023
 
Point of Contact
Kevin Fenner, Phone: 8455632832
 
E-Mail Address
kevin.fenner.1@us.af.mil
(kevin.fenner.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment #1: Change the service agreement listed below from 1 year to now be 2 years. Change also made below.� This requirement is currently UNFUNDED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation W50S8D23R0017 is being issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. This acquisition is being solicited as a total small business set-aside. The North American Industry Classification System (NAICS) code is 423490 with a small business size standard of 150 employees. Only one (1) award will be made as a result of this combined synopsis/solicitation. The 105th AW/Medical Group is looking for an Augmented Reality Simulator. Background:�The 105th Medical Group, Detachment 1 (Det 1) conducts medical training under the National Registry of Emergency Medical Technicians, Committee on Tactical Combat Casualty Care (TCCC) tiers 1-4, American Heart Association Basic Life Support (BLS) and simulation training scenarios to meet Individual Training Requirements Matrix (ITRM) and Air Force Comprehensive Medical Readiness Program (CMRP)/Readiness Skills Verification (RSV) requirements. Utilizing augmented reality simulators will reduce set up time between member training scenarios and will reduce the amount of equipment needed per event. This equipment can be used both indoors and outdoors, meaning it can be utilized during collective training events increasing the level of realism when utilized in a hazmat response simulation environment. This equipment will benefit all levels of medical providers from the aerospace medical technician all the way to physician. Requirements that must be met: -��� Self-contained hardware and software -� � TWO year service agreement -��� Must have at least two augmented reality headsets -��� Equipment must be mobile requiring minimal space for set-up -��� Utilize internal local wireless network capability -��� Company representative must come to base to teach personnel use and application of equipment -��� Capability to use battery power or 120v receptacle -��� Premade patient scenarios along with the capability to create our own patient scenarios -��� Must be able to be used both indoors and outdoors. -��� Mannequin must have the capability to perform the following medical skills: wound packing, needle decompression, intravenous medication administration, Bleeding wounds and the use of all airway adjuncts and advanced airway adjuncts. Any questions MUST be submitted in writing by 1 September 2023 @10am.� The contract will be awarded based on the lowest price that meets or exceeds the requirements outlined in this announcement, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose Quote conforms to the solicitation requirements. Quotes are due no later than 10:00 AM EST, 12 September 2023 @10am EST. If there are any questions regarding this requirement, please contact Mr. Kevin Fenner by email: kevin.fenner.1@us.af.mil. All interested offerors must be registered in the System for Award Management (SAM) at the time an offer is made. To register with SAM, log on to https://www.sam.gov. The following provisions and clauses apply to this solicitation: FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders; FAR 225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-18 � Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer-Systemfor Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.225-7031 Secondary Arab Boycott of Israel; DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.244-7000 Subcontracts for Commercial Items; Full text clauses may be accessed electronically at https://www.acquisition.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/004de615051a417b8fa8262d7793fd76/view)
 
Place of Performance
Address: Newburgh, NY 12550, USA
Zip Code: 12550
Country: USA
 
Record
SN06824716-F 20230910/230908230055 (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.