Skip to main content

An official website of the United States government

You have 2 new alerts

Role Players and Real World Medical

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Feb 16, 2022 04:48 pm MST
  • Original Date Offers Due: Feb 24, 2022 06:00 am MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 11, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611519 - Other Technical and Trade Schools
  • Place of Performance:
    Aurora , CO 80011
    USA

Description

Role Players and Real World Medical

Michael Furtney

Contract Specialist

USPFO, Colorado

(720) 250-4038

michael.b.furtney.civ@army.mil

This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6 and supplemented with additional information included in this notice.  This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2022-04.  Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text.  The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at Acquisition.GOV at www.acquisition.gov.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 

The solicitation W912LC-22-Q-0026 is issued as a request for quotation.  The Colorado Army National Guard will be awarding a Firm-Fixed Price Contract for Real World Medical Services and Role Players.

This procurement is 100% set-aside for Small Business

NAICS Code 611519, $16.5M

Solicitation Closes: Thursday, 24 Feb 2022 at 6:00am (Mountain Time Zone)

All quotes must be received electronically by email to michael.b.furtney.civ@army.mil by the closing date and time.  All questions must be emailed to the email address listed above.

Award Information:  All responsible quotes received by the closing date and time will be considered for award. Responsible quotes will be formatted to match solicitation contract line item numbers (CLINS).

To be eligible for award for this solicitation, the offeror must be registered in the System for Award Management (SAM) at (www.sam.gov) at time of contract award.  The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the government in accordance with FAR Part 13.106-2 Evaluation of Quotes.

STATEMENT OF WORK (SOW)

For 8th CO CERFP

Role Players with Moulage and Real World Medical Services

1. The contractor shall provide all required personnel, equipment, tools, materials, supervision, and quality control necessary to perform. Provide 40 role players with moulage, as well as Emergency Medical Services for the dates listed below.

2. Service Contract Act:

The service contract act applies to this contract.  The following Department of Labor (DOL) Wage Determinations are applicable to this contract.  This determination supersedes previous wage determination versions:

WD 2015-5419 (Rev.-19) Dated:  12/27/2021

The North American Industry Classification System (NAICS) code assigned is 611519 and the Product Service Code is U099.

3. Period of Performance
04-06 March 2022

08-10 April 2022

13-15 May 2022

4. Place of Performance

Buckley Space Force Base, 18500 E 6th Ave, Aurora, CO 80011

5. Requirements
The following services are required:

A. 04-06 March 2022: 

  • 5 Human Patient Simulator High Fidelity Manikin
    • Requires programming
      • Scenarios and number of scenarios provided by CERFP
  • 7:00am-7:00pm (Mountain) Friday, Saturday, and Sunday

B. 08-10 April 2022:

  • 40 role players with moulage each day from 08-10 April 2022. 7:00am-7:00pm (Mountain). No required role player sex orientation, ethnicity, age, or disabilities.
    • Role players must be ready no later than 10:00am daily
  • Life support for support staff and role players. Rest Tent(s) for role players. Rest tent must be adequate to house role players in order to keep them out of the elements with heating or cooling equipment as necessary as dictated by weather conditions. Vendor is required to provide meals, water, clothing, and towels for role players.
  • Moulage Makeup Artist.
    • Both trauma and burn moulage is required
  • 15 Mannequins- 10 Standard, 5 High Fidelity. No required specifications on standard mannequins.
    • 5 Human Patient Simulator High Fidelity Manikin
      • Trauma w/ underlying medical
      • Requires programming
        • Scenarios and number of scenarios provided CERFP
      • Gender/Handicap/Age: N/A
      • Clothing: Any cheap clothing (nothing specific). 3 sets of clothing per manikin per day. Contractor to dress manikins. No need for personal effects
    • 10  Rescue Randys
      • Manikin movers needed (1)
      • Clothing: Any cheap clothing (nothing specific). 2 sets of clothing per manikin per day. Contractor to dress manikins. No need for personal effects
      • Gender/Handicap/Age: N/A
    • Vendor will prepare manikins (Dress) for scenarios
    • Manikins must be ready no later than 10:00am daily
  • Mannequin reset (mover) services are required
  • Scenarios and number of scenarios for role players
    • The scenarios will be determined in discussions once the contract is awarded. The CERFP will determine the scenarios and relay this to the contractor. Scenarios will relate to either a Rad/Nuc, or Chemical attack
  • 1 Contract Manager, 1 Onsite Manager (Can be the same person)
  • Role players must be able to get on to Buckley Space Force Base.
    • Contractor will need to supply the names and copies of driver licenses of the Role Players prior at least two business days prior to the training event. CERFP will coordinate with BSFB to get them access on base.
  • Real world Medical Services (see block 7)

C. 13-15 May 2022

  • 40 role players with moulage each day from 08-10 April 2022. 7:00am-7:00pm (Mountain). No required role player sex orientation, ethnicity, age, or disabilities.
    • Role players must be ready no later than 10:00am daily
  • Life support for support staff and role players. Rest Tent(s) for role players. Rest tent must be adequate to house role players in order to keep them out of the elements with heating or cooling equipment as necessary as dictated by weather conditions. Vendor is required to provide meals, water, clothing, and towels for role players.
  • Moulage Makeup Artist.
    • Both trauma and burn moulage is required
  • 15 Mannequins- 10 Standard, 5 High Fidelity. No required specifications on standard mannequins.
    • 5 Human Patient Simulator High Fidelity Manikin
      • Trauma w/ underlying medical
      • Requires programming
        • Scenarios and number of scenarios provided CERFP
      • Gender/Handicap/Age: N/A
      • Clothing: Any cheap clothing (nothing specific). 3 sets of clothing per manikin per day. Contractor to dress manikins. No need for personal effects
    • 10  Rescue Randys
      • Manikin movers needed (1)
      • Clothing: Any cheap clothing (nothing specific). 2 sets of clothing per manikin per day. Contractor to dress manikins. No need for personal effects
      • Gender/Handicap/Age: N/A
    • Vendor will prepare manikins (Dress) for scenarios
    • Manikins must be ready no later than 10:00am daily
  • Mannequin reset (mover) services are required
  • Scenarios and number of scenarios for role players
    • The scenarios will be determined in discussions once the contract is awarded. The CERFP will determine the scenarios and relay this to the contractor. Scenarios will relate to either a Rad/Nuc, or Chemical attack
  • 1 Contract Manager, 1 Onsite Manager (Can be the same person)
  • Role players must be able to get on to Buckley Space Force Base.
    • Contractor will need to supply the names and copies of driver licenses of the Role Players prior at least two business days prior to the training event. CERFP will coordinate with BSFB to get them access on base.
  • Real world Medical Services (see block 7)

D. The Colorado CERFP requires (2) fully staffed advanced life support ambulances at the training site throughout the duration of         the training exercises listed above.  This means that if both ambulances need to leave the site on an emergency, the                      Contractor  will send another to the training area so there is at least one ambulance on site at all times.  Advance life                        support ambulances will be utilized for emergency patient care and transportation.

  • All ambulances shall conform to the State Rules and Regulations
  • The Contractor shall employ highly trained EMT-Ps (Emergency Medical Technician – Paramedics), EMTs (Emergency Medical Technicians), AEMTs (Advanced Emergency Medical Technicians) and support staff to provide patient care and to operate Contractor vehicles and equipment. Each EMT/AEMT and paramedic shall be physically capable of performing the tasks assigned by the Contractor, shall be clean in dress and person, and shall display their name and certification on a photo identification badge in an appropriate manner visible to the patient.
  • Ambulances and medical support staff with be on site for 10-12 hour shifts throughout the duration of each of the training events.
  • The Contractor shall provide emergency transport services from the training site to the appropriate health facility.
  • Contractor shall provide Emergency Medical Support for all Soldiers and civilians partaking in the training event. All medical treatment expenses will be billed to the Individual’s perspective insurance and COARNG will not be liable for any expenses incurred for medical services rendered.
  • Total personnel onsite at any given time will be between 200 and 400 Soldiers, civilians and trainers.
  • Conduct an After Action Review (AAR) with the command prior to the close of the training.
  • On-site Locations: The Venue is located at the Fire Training Facility located on Buckley Space Force Base and accessible by hard-packed and concrete roads which shall support the transport of equipment and personnel.
  • The overall training site is open and contains several structures to simulate collapsed buildings, debris fields and similar; in addition, there are training lanes, staging areas, equipment lay-down areas, and parking lotsFor contractors that do not require a CAC, but require access to a DoD facility or installation:

E. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), and applicable installation, facility and area commander installation/facility access, and local security policies and procedures (provided by a Government representative). 

The following FAR clauses are applicable to this acquisition:

52.203-19                  Prohibition on Contracting with Entities that Require Certain Internal Confidentiality agreements or Statements

52.204-7                    Central Contractor Registration

52.204-10                  Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13                  System for Award Management Maintenance

52.204-14                  Service Contact Reporting Requirements

52.204-16                  Commercial and Government Entity Code Reporting

52.204-18                  Commercial and Government Entity Code Maintenance

52.204-19                  Incorporation by Reference of Representations and Certifications

52.204-23                  Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-24                  Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

52.204-25                  Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26                  Covered Telecommunications Equipment or Services-Representations

52.209-6                    Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (>35K)

52.209-10                  Prohibition on Contracting with Inverted Domestic Corporations

52.209-11                  Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.212-1                    Instructions to Offerors-Commercial Products and Commercial Services

52.212-3 ALT 1        Offeror Representations and Certifications -- Commercial Products and Commercial Services

52.212-4                    Contract Terms and Conditions -- Commercial Products and Commercial Services

52.212-5                    Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services

52.219-6                    Notice of Small Business Set-Aside

52.219-14                  Limitations on Subcontracting[DSMCNC1]  (Deviation 2021-O0019)

52.219-28                  Post-Award Small Business Program Re-representation

52.222-3                    Convict Labor

52.222-19                  Child labor-Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)

52.222-21                  Prohibition of Segregated Facilities

52.222-26                  Equal Opportunity

52.222-36                 Affirmative Action for Workers with Disabilities

52.222-41                  Service Contract Act of 1965

52.222-42                  Statement of Equivalent Rates for Federal Hires

52.222-50                  Combating Trafficking in Persons

52.222-55                  Minimum Wages Under Executive Order 14026

52.222-62                  Paid Sick Leave Under Executive Order 13706

52.223-5                    Pollution Prevention and Right-to-Know Information

52.223-18                  Contractor Policy to Ban Text Messaging While Driving

52.225-13                  Restrictions on Certain Foreign Purchases

52.232-33                  Payment by Electronic Funds Transfer-System of Award Management

52.232-39                  Unenforceability of Unauthorized Obligations

52.232-40                  Providing Accelerated Payments to Small Business Subcontractors

52.233-3                    Protest After Award

52.233-4                    Applicable Law for Breach of Contract Claim

52.237-2                    Protection of Government Buildings, Equipment, and Vegetation

52.252-2                    Clauses incorporated by reference www.aquisition.gov

52.252-6                    Authorized Deviations in Clauses

The following DFAR clauses are applicable to this acquisition:

252.201-7000                       Contracting Officer’s Representative (If COR is required)

252.203-7000                       Requirements Relating to Compensation of Former DoD Officials

252.203-7002                       Requirement to Inform Employees of Whistleblower Rights.

252.203-7005                       Representation Relating to Compensation of Former DOD Officials

252.204-7012                       Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015                       Notice of Authorized Disclosure of Information for Litigation Support

252.204-7016                       Covered Defense Telecommunications Equipment or Services-Representation       

252.204-7017                       Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation

252.204-7018                       Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation

252.211-7003                       Item Unique identification Valuation

252.225-7048                       Export-Controlled Items

252.232-7003                       Electronic Submission of Payments and Receiving Reports.

252.232-7006                       Wide Area Workflow Payment Instructions

252.232-7010                       Levies on Contract Payments

252.232-7017                       Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Considerations

252.237-7010                       Prohibition on Interrogation of Detainees by Contractor Personnel

252-244-7000                       Subcontracts for Commercial Items

 [DSMCNC1]Use with DEVIATION 2021-O0008

Contact Information

Contracting Office Address

  • KO FOR COARNG DO NOT DELETE 660 S ASPEN STREET BLDG 1005 MS 66
  • AURORA , CO 80011-9551
  • USA

Primary Point of Contact

Secondary Point of Contact

History