The RFP Database
New business relationships start here

EMERGENCY MEDICAL TECHNICIAN (EMT) SIMULATION TRAINING LABS


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR INFORMATION
EMERGENCY MEDICAL TECHNICIAN (EMT) SIMULATION TRAINING LABS
FOR
DEPARTMENT OF COMBAT MEDIC (DCMT)/
MEDICAL EDUCATION TRAINING CAMPUS (METC)
FORT SAM HOUSTON, TEXAS 78234

1.0 Description


1.1. The 502d Contracting Squadron, in support of training EMT(s) for provision of treatment for active duty personnel at Fort Sam Houston is seeking capable and interested sources that are familiar with this type of work. Our preference is 8(a) firms; however, we are accepting responses from other than 8(a) firms to see what sources are available. If a different NAICS is more appropriate, suggestions are welcome and will be considered.


1.2. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the 502d Contracting Squadron is not, at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the 502d Contracting Squadron will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.


2.0 Background


This acquisition is for one set of five simulated training labs (5 rooms) for students at the METC to utilize for EMT training. During the EMT phase the students attend practical exercises in medical simulation labs. In these labs the students learn how to obtain vital signs, conduct both medical and trauma assessments as well as critical thinking skills. The simulation labs are also part of the required PCR (Patient Contact Reports).


The labs are essential for patient contacts as established by the National Registry for Emergency Medical Technicians (NREMT). In civilian EMT courses, the students are able/mandated to perform patient contacts through either ambulance ride-outs under the supervision of a paramedic or, in an emergency room under the guidance of a preceptor. However, due to the volume of students and the number of local available resources, DCMT is not able to follow these same standardized procedures.


The intent of this project is to provide some common settings where PCRs will be obtained in the civilian environment. Secondly, these five different training environments will afford students the opportunity to also practice situational awareness which is one of the first and very important steps in performing any patient assessment and part of the process for conducting a patient contact whether in a pre-hospital location or in a clinical setting. See detailed scriptions below.


1. Warehouse environment with seven
accident scenarios.
1.1.Pallet pyramid stack fall­ dimensional pallet
structure-
1.2. Ladder/ shelving falls shelving and dimensional ladder
attached to partition wall.
1.3. Shelving rack collapse, cave-like fallen rack structure.
1.4. Fallen heavy boxes-weighted boxes easy to move for training exercise.
1.5. 55 gallon spilled oil-printed floor (spill) graphics and 55 gallon oil drums.
1.6. Fork lift accident-Dimensional (static) forklift arms with printed graphics.
1.7. Loading dock door malfunction-digitally printed graphics.


2. Emergency room environment.
2.1. One plexi-glass modular center room to act as a fully functional trauma E.R room (360 degree views for educational trainer, electrical reconfiguration existing wiring)
2.2. Seven patient station rooms with ceiling hung privacy screen curtain tracks to include mounting hardware and tracks.
2.3. Digital printed graphics (wall backdrops) for each room station.
2.4. Medical equipment to provide includes:
2.4.1. One medical crash cart
2.4.2. Seven standard E.R stretched beds 2.4.3. One trauma room bed
2.4.4. Seven medical side tables
2.4.5. Seven seats
2.5. Rearrange and utilize existing nurses' station desks.


3. House environment.
3.1. Partition walls and doors, digital printed graphics walls (kitchen, laundry, garage).
3.2. Scenic paint and interior decorating finish (dining room, living room, bathroom, bedrooms, and hallway).
3.3. Interior furnishings and decorations including low relief cabinetry.
3.4. Bathroom props to include standard toilet, sinks, tub with curtain and all the standard faucets.
3.5. Bedroom props to include tables, queen bed frame with mattress and bedding.
3.6. Garage props to include boxes, tool box and miscellaneous props (boxes, landscaping tools, automobile tools, etc.)
3.7 Dining room props to include dining table, hutch, and wall decor.
3.8. Living room to include functional sofa and chair.
3.9. Kitchen props to include cabinet doors, hardware, and refrigerator fa<;;ade.
3.10. Laundry room props to include washer/dryer facade and shelving melamine shelving.


4. Ambulance Environment.
Important Note: Floor graphics with heavy duty laminate, to be included in this room to separate each area, as well as the ambulance (no step, ground level).

4.1. Partition walls and digitally printed graphic backdrops for each area.
4.2. Four Ambulance simulators (walls and graphics) to be built to match standard ambulance dimension and simulated features.
4.3. Seats with vinyl upholstery cushions and equipment shelves/cabinets.
4.4. Includes functional medical equipment storage and optional room for additional features or medical equipment.
4.5. Environment scenarios for this room include:
4.5.1. Convenience store aisle ( spilled or fallen items/racks),
4.5.2. Street accident (bicycle/pedestrian accident):
4.5.1. Park/bus stop bench
4.5.2. Executive office.


5. Office Environment.
5.1. Partition walls and digitally printed
graphics. This room includes:
5.1.1. Furnished waiting room, 4 cubicles
(interior walls to be graphic walls for
training space)
5.1.2. Faux ascending staircase (with wall
graphics)
5.1.3. Conference room (half conference
table and wall graphics)
5.1.4. Office kitchen (wall graphics) - Office
room props to include love seat, coffee
table, rug, waiting area chairs, side round

2.1 Delivery Period: 120 days after award.


2.2 Limitations: None specified at this time.


2.3 Security Requirements: Not specified at this time.


3.0 Requested Information: Provide a narrative description of your experience related to the experience required to satisfy the requirement in Section 2. Also, provide any pictures of your work product, at least three, that relates/depicts your final product(s) and past or present experience. This is information will be used to determine the availability and capability of prospective providers.


4.0 Responses


4.1 Interested parties are requested to respond to this RFI with a white paper.


4.2 Due Date
4.2.1. Responses are due no later than Tuesday, December 18, 2018, 12Noon, CST. Responses shall be limited to three (3) pages for Section 2 and submitted via e-mail only to Jacqueline Anderson, jacqueline.anderson.5@us.af.mil and Carmen Aguirre, at carmen.aguirre.1@us.af.mil.


4.2.2. DO NOT INCLUDE ANY PROPRIETARY INFORMATION.


4.2.3. Please be advised that all submissions become Government property and will not be returned. Please do not submit any proprietary documents or data.


4.3. Section 1 of the response shall provide administrative information, and shall include the following as a minimum:


4.3.1. Name, mailing address, phone number, fax number, and e-mail of designated point of contact.


4.3.2. Type of Contract. Firm Fixed Price.


4.3.3. Business type (8(a)-certified small disadvantaged business,) based upon North American Industry Classification System (NAICS) code 711510, Set designers, independent theatrical, or 541410, Interior design services. "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than 7.5 million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov.


4.3.4. The number of pages in Section 1 of the white paper shall not be included in the 3-page limitation, i.e., the 3-page limitation applies only to Section 2 of the white paper.


4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to [FILL IN NUMBER] pages.


5.0 Industry Discussions


502d Contracting representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.


6.0 Questions


Questions regarding this announcement shall be submitted in writing by e-mail to:


Jacqueline Anderson: jacqueline.anderson.5@us.af.mil and;
Carmen Aguirre: carmen.aguirre.1@us.af.mil


Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities website at: https://www.fbo.gov/


Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after Tuesday, December 18, 2018, 12Noon CST will be answered.



7.0 Summary


THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide/satisfythis requirement. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.


 


Carmen A. Aguirre, Contracting Officer, Phone 2106711764, Email carmen.aguirre.1@us.af.mil - Jacqueline Anderson, Contracting Specialist, Phone 2106528539, Email jacqueline.anderson.5@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP