The RFP Database
New business relationships start here

REBOA Task Trainer


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

 
Complete Patient REBOA Task Trainer

Sources Sought-FA860118C0026

 


The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below.


 


CAUTION:  This Sources Sought is issued solely for information and planning purposes.  In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research.  The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet 711 Human Performance Wing's requirements.  It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  Further, 711 Human Performance Wing is not at this time seeking proposals, and will not accept unsolicited proposals.  Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought.  Please be advised that all submissions become Government property and will not be returned.  All costs associated with responding to this sources sought will be solely at the responding party's expense.  Not responding to this sources sought does not preclude participation in any future RFP, if any is issued.  In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought.


 


INSTRUCTIONS:


 

•1.      Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities.

 

•2.      If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements.  Failure to provide documentation may result in the government being unable to adequately assess your capabilities.  If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).

 

•3.      Both large and small businesses are encouraged to participate in this Market Research.  Joint ventures or teaming arrangements are encouraged.

 

•4.      Questions relative to this market survey should be addressed via e-mail to Krista Sabin (AFLCMC/PZIBC), krista.sabin@us.af.mil Verbal questions will NOT be accepted.


 


 

PROGRAM DESCRIPTION
The USAFSAM/ETS has a requirement to purchase a patient simulator task trainer capable of producing a pulsatile flow loop that accurately shows arterial access and also able to produce ultrasound capabilities to highlight surgical access for both arteries and veins. The USAFSAM/ETS is the focal point for all enroute critical care training and has recently increased its training requirements due to the AF/SG initiative of having all trained enroute critical care doctors, nurses, and technicians certified and up-to-date in FY18.

 

The patient simulator is to be operated indoors by focal trainer at simulation center. Usage will always be monitored/directed by AFMMAST appointed modeling and simulation professionals. Additional monitoring of interactions with be accomplished by C-STARS cadre who have successfully completed the training required by USAF/SG, and have demonstrated basic operator skills to assist.


 

 

REQUIREMENTS
At a minimum the contractor shall provide a patient simulator with the following components and capabilities:

•·         Components for the aorta, vena cava and an ultrasound thigh patch controlled via tablet access.

•·         Units shall have its own pumping system to simulate blood flow as well as demonstrate the various blood pressures consistent with an emergency and critical care scenarios controlled via tablet access.

•·         Simulates ultrasound-guided access of femoral vessels (multiple uses).

•·         Simulates surgical cut-down for access of femoral vessels (single use).

•·         Simulates radiographic assessment of bony landmarks in the thorax, abdomen, and pelvis to guide placement of the catheter.

•·         Simulates venous and arterial bleeding from the femoral vessels.

•·         Simulates massive hemorrhage from the thorax, abdomen, and/or pelvis.

•·         Provides analog feedback to user and proctor on current status of hemorrhage and successful completion of procedure.

•·         Replacement groin access kit sold as a separate unit.

 

Delivery:

Patient simulator shall be delivered within 30 days of contract award.


 


CONTRACTOR CAPABILITY SURVEY


 


Part I.  Business Information


 


Please provide the following business information for your company/institution and for any teaming or joint venture partners:

•·           Company/Institute Name:

•·           Address:

•·           Point of Contact:

•·           CAGE Code:

•·           Phone Number:

•·           E-mail Address:

•·           Web Page URL:

•·         Size of business pursuant to North American Industry Classification System (NAICS) Code:   339112 Surgical and Medical Instrument Manufacturing, STD Size 1000 employees.

•·      Based on the above NAICS Code, state whether your company is:

•o   Small Business                                                                                    (Yes / No)

•o   Small Disadvantaged Business                                                           (Yes / No)

•o   Woman Owned Small Business                                                          (Yes / No)

•o   Economically Disadvantaged Woman Owned Small Business          (Yes / No)

•o   8(a) Certified                                                                                      (Yes / No)

•o   HUBZone Certified                                                                            (Yes / No)

•o   Veteran Owned Small Business                                                         (Yes / No)

•o   Service Disabled Veteran Small Business                                          (Yes / No)

*All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. 

•·           A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).

•·           Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data.

•·           Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice.

•o   FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sept 2006)

•o   FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper (May 2011)

•o   FAR 52.204-7, System for Award Management (Oct 2016)

•o   FAR 52.204-13, System for Award Management Maintenance (Jul 2013)

•o   FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

•o   FAR 52.229-3, Federal, State, and Local Taxes (Feb 2013)

•o   FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)

•o   FAR 52.247-34, F.O.B. Destination (Nov 1991)

•o   FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)

•o   FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)

•o   FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984)

•o   FAR 52.252-6, Authorized Deviations in Clause (Apr 1984)

•o   DFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights (Sept 2013)

•o   DFARS 252.204-7003, Control of Government Personnel Work   Product (Apr 1992)

•o   DFARS 252.209-7004, Subcontracting with Firms That Are Owned or - Controlled by the Government of a Terrorist Country (Oct 2015)

•o   DFARS 252.225-7002, Qualifying Country  Sources as Subcontractors (Dec 2012)

•o   DFARS 252.225-7048, Export Controlled Items (June 2013)

•o   DFARS 252.232-7007, Limitation of Government's Obligation (Apr 2014)

•o   AFFARS 5352.201-9101, Ombudsman (June 2016)

•o   AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances(ODS) (Nov 2012)

•o   AFFARS 5352.223-9001, Health and Safety on Government Installation (Nov 2012) 

•o   STMNT NBR 12: Level I Antiterrorism (AT) Awareness Training


 

 

ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: 

 

No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting.  The clause reads, in part, as follows:  "Limitations on Subcontracting (Nov 2011) ... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction).  At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ".  Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc.

 

If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.  Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

 

ATTENTION all potential respondents:

 

The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement.  Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting.


 


Part II. Capability Survey Questions


 

•1.      Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database.


 

•2.      Describe briefly the capabilities of the nature of the services you provide. 


 

•3.      Describe your company's past experience on previous with similar services.  Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).


 

•4.      Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement?

 

•5.      Are there established market prices for our requirement?  If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public?  Is our requirement offered to both under similar terms and conditions?  Briefly describe any differences.


 


If your company is interested, e-mail your responses to krista.sabin@us.af.mil. E-mail responses should be received no later than Tuesday, 4 September 2018 at 8:00AM EST.  Direct and succinct responses are preferred.  Marketing materials are considered an insufficient response.


 


 


RESPONSE FORMAT INSTRUCTIONS:


 


Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Patient Simulator Trainer."  If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB.   Filters are designed to delete e-mails without subject lines or with suspicious subject lines or contents.   Attachments with files ending in.zip or .exe are not allowable and will be deleted.  Ensure only .pdf, .doc, or .xls documents are attached to e-mail.


Responses are limited to ten (10) pages and may be submitted electronically to the following e-mail address:   krista.sabin@us.af.mil


 


RESPONSE DUE DATE:

Responses are due no later than 8:00 AM, EST. Tuesday, September 4th 2018 and should be sent to krista.sabin@us.af.mil .


 


Primary Point of Contact: Krista Sabin Contract Specialist krista.sabin@us.af.mil


Phone: (937) 522-4555


Contracting Office Address:


1940 ALLBROOK DRIVE
WRIGHT-PATTERSON AFB, Ohio 45433-5309
United States


Place of Contract Performance:


Wright Patterson AFB, Ohio
Dayton, Ohio 45433
United States


Krista L Sabin, Contracting Specialist, Phone 9375224555, Email krista.sabin@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP