84th Training Command, TSC SPO Mortuary Affairs Training Course

From: Federal Government(Federal)
W81K0224Q0060

Basic Details

started - 23 Apr, 2024 (11 days ago)

Start Date

23 Apr, 2024 (11 days ago)
due - 10 May, 2024 (in 5 days)

Due Date

10 May, 2024 (in 5 days)
Bid Notification

Type

Bid Notification
W81K0224Q0060

Identifier

W81K0224Q0060
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)MEDCOM (5566)W40M USA HCA (2170)
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.

THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.This is solicitation, no. W81K0224Q0060; Purchase Request; 0012114122, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02. The associated North American Industrial Classification System (NAICS) Code for this procurement is 621991; Size Standard for small business is $40M. RFQ is being issued as UNRESTRICTED. This requirement is for the U.S. Army 84th Training Command, FT Knox KY, Training Location of the 377th TSC SPO Mortuary Affairs Unit, FT Hunter-Liggett CA,
this will be the first established U.S. Army Mortuary Affairs Training Course offered which will be held from 06 June – 10 June 2024 at FT Hunter-Liggett in a secure desert location. The (5) day course will be utilizing (8) Human Cadavers with trained medical staff and instructors to provide the training in realistic exposure to the sights, smells, and emotional resiliency to handling human remains in a controlled field training environment and to familiarize US Army Field Medical and US Marine Corps Personnel Retrieval and Processing (PRP) personnel to FM theater operations. The main task for Field Medical service members is to handle human remains. This will be a perfect opportunity to train service members as they fight increasing individual and unit readiness. There are two separate Unit Recover Teams (URT) Trainings being executed as CSTX 24-01. The URT Familiarization which is for all participating units as an RSOI requirement. This training will educate Unit Commanders on their responsibility to appoint a unit capability via the URT for handling their own unit deceased service members in a Large-Scale Combat Operation (LSCO).The following Line Items are requested for this procurement.LINE ITEM: 0001 Labor/Instructors 3 EACHLINE ITEM: 0002 Human Cadavers (Biologically Tested) 8 EACHLINE ITEM: 0003 PPE Consumables 8 EACHLINE ITEM: 0004 Simulant Materials 8 EACHLINE ITEM: 0005 Shipping 8 EACH**LINE ITEM: 0006 Instructor Life Support 3 EACH**(May include flights, meals, rentals and lodging) All responsible Contractors shall provide an offer for the following Brand Name orEqual: Human Cadavers with refrigerated transportation, accompanied by contractor support staffing at a secured 5-day training site.Salient Characteristics & SpecificationsThe vendor will be required to meet the following requirements:Provide Human Cadavers/Non-transferrable Anatomical Media(s)Transporting of human cadavers to and from training and storage areas. Awardee must ensure all state and U.S. territory laws and regulations applicable to/that govern the use and/or transport of cadavers are followed.Transport human cadavers to the training area and set up the scenarios based on the training schedule for the day.Provide refrigerated storage and security capabilities for cadavers during non-working, non-training hours.Provide briefing on the best practices for handling and incorporating human cadavers during training.Be prepared to answer questions from training participants regarding handling of human cadavers.Provide handler(s) for the cadavers for the purpose of;*Delivery*Scenario Set-Up*Cadaver disposition variations*Post-training cleanup- Provide clean-up, removal, and final disposition of the human cadavers post-training.- The vendor/supplier Must Be certified by the American Association of Tissue Banks, or equivalent certification. ( Vendor to provide copy of said certification as part of RFQ Submission)- Use of Specimen(s)-human cadavers is consistent with donor intent (per donor authorization form).- Communicable disease testing is required for each human cadaver specimen to include, HIV, Hepatitis B, & Covid 19 in accordance with U.S. Army Policy. End of Salient CharacteristicsProjected Specific Tasks / Requirements: The Contractor shall provide human cadavers, support staff, and refrigerated transportation capabilities to and from the training site, to include providing off-hours storage & security of cargo.The Contractor will provide support in scenario set-up and daily cleanup functions.The Contractor will provide post-course cleanup with final disposition of the human cadavers.SUBMISSION and EVALUATION of FACTORS:The Government will award a contract resulting from this solicitation to the responsible offeror on the Lowest Price Technically Acceptable methodology.Submission:General: Once the Contracting Officer (KO) has decided to whom an award will be made, a signed completed contract (SF1449 form) will be sent to the company. For this requirement, a company must have an active System for Award Management (SAM) registration, UEI, and CAGE code. A contract will be in existence once the Contracting Officer has signed the contract.What to submit as part of an RFQ Offer: Include company name, CAGE code, Vendor Point of Contact information, technical abilities (see below), and price.Technical Factor: Describe your company’s abilities providing the human cadavers and to support the above training scenario. Include your company’s experience and a brief overview of your mission. Include description of past projects that your company has worked, challenges you have encountered and how you overcame the challenges. Also include any processes/programs that you believe makes your company better situated in tackling this project.Offeror submission must include enough information to clearly demonstrate to the Contracting Officer whether or not product/ services meet the salient and technical specifications listed above. The evaluated price will be the total price of the quote, to include all fees as indicated. Technical Factors are more important than Price. Price must be determined to be fair and reasonable.EvaluationThe government will initially list proposals from lowest to highest price. The government will evaluate the five lowest priced proposals first. If those proposals are determined technically unacceptable, the government will evaluate the next five lowest priced proposals and continue in that manner until a proposal is rated Technically Acceptable. USING THIS PROCEDURE, THE GOVERNMENT MIGHT NOT EVALUATE ALL PROPOSALSPrice will not be rated but could become the deciding factor if more than one offer is considered acceptable in Technical Capabilities.The following provisions apply to this acquisition: 52.212-1 Instruction to Offerors - Commercial Item; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature.The following FAR clauses apply; 52.204-24 Representation Regarding Telecommunication & Video Surveillance Services, or Equipment, 52.204-25 Prohibition on Contracting for certain Telecommunications & Video Surveillance Services & Equipment, 52.204-26 Covered Telecommunications Equipment or Services Representation, 52.204-27 Prohibition on ByteDance Covered Applications, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52-211-6 Brand name or equal; 52.219-6 Notice of Total SB Set-side; 52.219-28 Post Award SB Program Re-representation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims.The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.211-7003 Item Unique Identification and Valuation; 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7048 Export Controlled Items,; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items and Commercial ComponentsPotential contractors must be registered in the System for Award Management (SAM), online at www.sam.gov to be eligible for an award. Offers & supporting documentations are due by 10 May 2024 @ 12Noon, Pacific Standard Time (PST). Submit offers via return email to: Walter.j.Bischoff.civ@health.mil. NOTE: ALL QUESTIONS NEED TO BE SUBMITTED VIA EMAIL.

Jolon ,
 CA  93928  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Jolon

Office Address : HEALTH READINESS CONTRACTING OFFICE 2199 STORAGE ST BLDG 4197 STE 68 JBSA FT SAM HOUSTON , TX 78234-5074 USA

Country : United StatesState : TexasCity : Fort Sam Houston

Classification

naicsCode 621991Blood and Organ Banks
pscCode 6910Training Aids