Optimizing the Human Weapons System Services

expired opportunity(Expired)
From: Federal Government(Federal)
W50S8Z24Q0005

Basic Details

started - 26 Mar, 2024 (1 month ago)

Start Date

26 Mar, 2024 (1 month ago)
due - 04 Apr, 2024 (22 days ago)

Due Date

04 Apr, 2024 (22 days ago)
Bid Notification

Type

Bid Notification
W50S8Z24Q0005

Identifier

W50S8Z24Q0005
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708875)DEPT OF THE ARMY (133113)NGB (17512)W7NW USPFO ACTIVITY ORANG 173 (116)
[object Object]

SetAside

HZC(Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.Contract Information. The Oregon Air National Guard has been tasked to solicit a service contract for Optimizing the Human Weapons System (OHWS) located at Kingsley Field Air National Guard Base, Oregon. Klamath Falls, Oregon is a remote location with limited local hiring for Athletic Trainer and Strength and Conditioning Coach.The proposed services will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms,
Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB) are highly encouraged to respond.Minimum Technically Acceptable Contractor Expertise Criteria:The Contractor must demonstrate through references, past experience or past performance, they possess experience as it relates to this service. Two references maximum will be accepted for review.Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors.North American Industrial Classification Code (NAICS): 621340, Offices of Physical, Occupational and Speech Therapists, and AudiologistsThe size standard: $12.5MProduct Service Code: Q518, Physical Medicine/Rehabilitation ServicesService Description. The Oregon National Guard has a requirement for services to Optimize the Human Weapons System (OHWS) located at Kingsley Field Air National Guard Base in Klamath Falls, Oregon.The contractor shall provide all personnel, tools, materials, supervision, quality control necessary, and equipment except as specified as Government Furnished, to provide and perform injury prevention and mitigation, pre-habilitation services, and human performance optimization services to rated personnel assigned to the 173d Fighter Wing or its associated units.Services provided by the contractor shall include the following: initial functional assessment of each aircrew, care for personnel who individually seek the services of OHWS Specialist for optimization or injury; subject matter expertise concerning pre-habilitation evaluation/assessment, injury prevention, injury treatment, accommodation processes and implementation, ergonomic assessment and implementation, ergonomic assessment and implementation, remedial training, and optimized performance physical training (e.g., strength and conditioning for fighter aircrew). The Contractor shall communicate with the unit’s flight surgeon for concerns and updates regarding significant musculoskeletal issues. The Contractor shall track the status of all aircrew who are followed in the OHWS program and furnish reports and conduct briefings on status and progress of aircrew.The contractor shall provide the following resources under this contract:Strength and Conditioning Coach (professional credentials and certifications required)Athletic Trainer (licensed per state or national agency requirements)Special Qualifications:Strength and Conditioning Coach educational requirements: 5+ years of full-time experience as a strength and conditioning specialist with tactical, professional, or collegiate athletes. Bachelor's degree or higher in Human Performance, Kinesiology, Exercise Science or a related field. National Strength and Conditioning (NSCA) Certified Strength and Conditioning Specialist (CSCS) or Collegiate Strength and Conditioning Association (CSCCa) and Strength and Conditioning Coach Certified (SCCC). Current certification in basic cardiopulmonary resuscitation (CPR) including Automated External Defibrillator (AED) Training.Athletic Trainer education requirements: 3+ years of experience as a licensed athletic trainer with tactical, professional, or collegiate athletes. Bachelor's degree or higher in exercise science, health science, athletic training, or physical education related discipline from a Commission on Accreditation of Athletic Training Education (CAATE) accredited program AND Master's degree in Exercise Science, Health Science, or Athletic Training. National Athletic Trainers' Association Board of Certification; current certification in basic cardiopulmonary resuscitation (CPR), including automated external defibrillator.The contractor shall ensure all employees possess all required licenses for services rendered in the performance of this contract. This does not include education or other qualifications for the position in which the contractor employee is performing, dress codes, or other information. (NOTE: The Government does not provide training to contractors. Contractors must ensure that any personnel performing under a contract are fully trained, licensed, certified, and otherwise qualified to provide services.)Contractor shall obtain appropriate malpractice insurance and provide proof of coverage.Place and Performance of Services: The Contractor shall provide services between the hours set forth by the host unit Monday through Friday and during 173 FW Regularly Scheduled Drills (RSDs), except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. On scheduled weeks involving late take-off/land times for aircrew (e.g. “night flying”), the standard times will fluctuate based on the schedule of the population served, but will not be in excess of a 10-hour day. The Unit will provide at least two weeks’ notice when there will be a change to the standard operating hours. Performance shall be at the squadron building and/or designated facilities on the base. The Contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the work force are essential.Contract duration is estimated to be a base award of 6 months with 1 6-month option, and 2 12-month options.4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email). The OHWS Sources Sought Info Request Form needs to be completed when responding to the sources sought. Please send your response and attachments to Shana M. Stroh, Contracting Specialist, at shana.stroh@us.af.mil or Christine I. Campbell, Contracting Officer at christine.i.campbell.civ@army.mil by 1:00 pm Pacific Daylight Time Thursday, 4 April, 2024. All successfully submitted responses will receive an acknowledgement by return email.A contractor’s response to this Sources Sought shall be limited to the information sheet and five (5) additional pages of information for past performance or experience which may help in market research for industry capacity and shall include the following information:(Information requirements below are on the attached response sheet)a. Contractor’s name, address, point of contact, phone number, e-mail address, and CAGE code.Contractor’s small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, contract number, and the dollar value. Projects considered similar in scope to this project include a variety of field support requirements for the same project simultaneously.Provide additional relevant information on the contractor’s experience/capabilities as it pertains to the proposed work outlined.5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published on www.SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.All interested parties must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.

Klamath Falls ,
 OR  97603  USALocation

Place Of Performance : N/A

Country : United StatesState : OregonCity : Klamath Falls

Office Address : KO FOR ORANG DO NOT DELETE 223 ARNOLD ST STE 35 KINGSLEY FIELD KLAMATH FALLS , OR 97603-2108 USA

Country : United StatesState : OregonCity : Klamath Falls

Classification

naicsCode 621340Offices of Physical, Occupational and Speech Therapists, and Audiologists
pscCode Q518Physical Medicine and Rehabilitation Services