Tactical Combat Casualty Care (TCCC) and Weapons Training
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in re... SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA2521-19-Q-B074 shall be used to reference any written responses to this source sought. The North American Industry Classification Systems (NAICS) Code proposed 611699. The size standard for this NAICS is $11M. 45 CONS is interested in any size business that is capable of meeting this requirement. Patrick Air Force Base anticipates a requirement for Tactical Combat Casualty Care (TCCC) and Weapons Training for the 301st Rescue Squadron at Patrick AFB, FL. The purpose of this course is to teach basic and advanced weapons handling skills, as well as life-saving techniques and strategies to provide the best trauma care on the battlefield. General topics should include: - M-4 and M-9 Weapons Qualification-- day and night with night vision goggles (NVGs) - Live-fire advanced pistol/carbine handling and ground maneuver - Tactical Combat Casualty Care - Hands-on TCCC skills training - Combat Search and Rescue (CSAR)-specific care under fire scenarios - United States Air Force (USAF) Combat Rescue downed aircraft scenarios - Egress training with H-60 simulator/fuselage Please review the attached Statement of Work (SOW) for specific performance and task requirements. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. ****NOTE: ALTHOUGH THE ATTACHED PWS STATES THAT THE TRAINING WILL BE HELD AT AN OFF-SITE LOCATION AND LODGING IS TO BE INCLUDED, PATRICK AFB IS ALSO SEEKING POTENTIAL SOURCES THAT CAN PROVIDE THE REQUESTED SERVICES ON-SITE WITHIN THE LOCAL AREA. IF YOUR ORGANIZATON CAN PROVIDE ON-SITE TRAINING IN THE LOCAL AREA OF PATRICK AFB, PLEASE CLEARLY ANNOTATE THAT INFORMATION IN YOUR CAPABILITIES PACKAGE. **** Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to Tiffany Thornton and Rasnizi Cobb at the following e-mail addresses: tiffany.thornton.3@us.af.mil and rasnizi.cobb@us.af.mil Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. RESPONSES ARE DUE NO LATER THAN 11 JUNE 2019 @ 12:00PM EST.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »