SOF Tactical Medic Sustainment COI
NOTE: THIS SOURCES SOUGHT HAS BEEN AMENDED WITH AN UPDATED REQUIREMENT BELOW. UPDATED AND ADDITIONAL RESPONSES ARE REQUESTED NLT 10 SEPT 2019. NAVAL SPECIAL WARFARE (NSW) SPECIAL OPERATIONS TACTICAL M... NOTE: THIS SOURCES SOUGHT HAS BEEN AMENDED WITH AN UPDATED REQUIREMENT BELOW. UPDATED AND ADDITIONAL RESPONSES ARE REQUESTED NLT 10 SEPT 2019. NAVAL SPECIAL WARFARE (NSW) SPECIAL OPERATIONS TACTICAL MEDIC (SOTM) SUSTAINMENT COURSE Description Vendor shall provide to NSW a SOTM course of instruction (COI): • Tactical Combat Casualty Care (TCCC) based • Realistic military training and relevant scenario training • Training shall be progressive to attain/maintain skills/National Registry Paramedic (NRP) recertification required to conduct medical training in support of assigned missions in projected operational environments. • Capable of training 100 SOTMs annually utilizing a seven-day COI. Only NSW personnel can be in the COI. • Vendor responsible for providing classroom, armory, range and training devices • Government shall provide Medic Kits, Weapons, Ammo, and Night Vision devices and be in full military gear The vendor's training location (range, classroom, and armory) must be within 400 miles driving distance of Naval Amphibious Base (NAB) Coronado. A more detailed requirement will be included in the Request for Proposal (RFP). Provide any information of sales in the commercial marketplace for similar services. If you have any comments or suggestions on requirements you are invited to send them in with your capability statement. Information received from this sources sought notification will be used to ascertain potential market capability and determine the acquisition strategy (ex. Full and open/small business set-aside, etc.). The Government's intent is to award an Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract issuing Firm Fixed Price (FFP) task orders. There is no solicitation at this time. This sources sought does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred; and it shall not be construed as any commitment by the Government to execute this requirement. Services shall include: • 40 hours of Continuing Education Units (CEUs) to meet NRP recertification requirements. • Advanced Cardiac Life Support (ACLS), Pediatric Advanced Life Support (PALS), Prehospital Trauma Life Support (PHTLS), and Basic Life Support (BLS). • Instructors with military experience shall have three years' Special Operations Forces (SOF)medic experience (SOF Combat Medic (SOCM), SOF Tactical Medic (SOTM), Pararescueman (PJ), Ranger Medic (68W), Marine Special Operations Command Corpsman, or Special Forces Medical Sergeant (SFMS) 18D) in the previous six years in tactical environments. Previous experience as an instructor of SOCM Course, SFMS Course, PJ Course, TCCC Course, or equivalent course can be used as well. • Instructors with civilian experience shall have three years' Special Weapons and Tactics (SWAT) field experience (Tactical Medic, EMT) in the previous six years. Tactical medics have the primary responsibility of providing medical care to the SWAT team. SWAT Medics shall have current National Registry of Emergency Medical Technicians (NREMT) EMT or paramedic certification or provide an equivalent certification. Previous experience as a Tactical Medic Instructor can be used as well. • The vendor shall include a tactical Field Training Exercise that includes the use of Ultimate Training Munitions (UTM)/Sub-Caliber Marking Cartridges (SCMCs), blank fire, as required. This shall include realistic military training. • The vendor shall have storage for Arms, Ammunition, and Explosives (AA&E) at the training location. The storage shall comply with OPNAV Instruction 5530.13C, Department of the Navy Physical Security Instruction for Conventional Arms, Ammunition, and Explosives (AA&E). • TCCC scenarios shall meet requirements outlined in COMNAVSPECWARCOMINST 6440.2 and USSOCOM DIRECTIVE 350-29 "Special Operations Forces Baseline Interoperability Standards (SOFBIS) for Medical Training. • The vendor shall instruct on field expedient blood transfusion capability. • The vendor shall be able to provide training at an approved human cadaver lab (i.e. University medical center) that can be deon in white light and in dark on Night Vision Goggles (NVGs). Procedures include cric, (thyrocricotomy or cricothyroidotomy), chest tube, tourniquets, packing wounds, and other common TCCC medical procedures. Please identify and pre-existing relationships/memorandums of understanding with the University or other approved cadaver lab. If your Company has the potential capability to satisfy this requirement, please provide the following information: 1) Company name 2) Cage Code 3) DUNS Number 4) Address 5) Point of Contact 6) E-mail Address 7) Web Site Address 8) Telephone number 9) Type of ownership (SB, Large Corp., etc.) for the Company under NAICS code 611699. 10) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Provide the number of courses that you have the capability to provide and the maximum students per course. Resumes of instructors shall be provided that demonstrate experience (Resumes are not included in page total). The total number of pages shall not exceed 5. The government will use the responses to this Sources Sought to ascertain potential market capability. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not obligated to notify respondents of the results of this announcement and it reserves the right to reject, in whole or in part, any private sector input as a result of this announcement. NOTE: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. Interested vendors should provide information to determine if the company: (a) has adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a) and Subpart 52.219-14(a)) (b) is able to comply with the required or proposed performance schedule, taking into consideration all existing commercial and governmental business commitments. (c) has a satisfactory performance record (see 9.104-3(b) and Subpart 42.15). (d) has a satisfactory record of integrity and business ethics (for example, see Subpart 42.15); (e) has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3 (a).) (f) has the necessary production capacity, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and (g) is otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at FAR 9.108). The final RFP will be posted on the FEDBIZOPPS website. The North American Industry Classification System (NAICS) is 611699.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »