PROLONGED FIELD CARE TRAINING
ID: FA568225Q8006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5682 31 CONS DA LGCAPO, AE, 09604-6102, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 10:00 AM UTC
Description

The Department of Defense, specifically the U.S. Air Force, is seeking proposals for Prolonged Field Care Training through a Request for Quotation (RFQ) under solicitation FA568225Q8006. The objective is to enhance medical competencies for personnel involved in Large-Scale Combat Operations by providing comprehensive training that includes advanced patient management skills and practical exercises. This training is crucial for ensuring military personnel are equipped with the necessary medical skills to manage casualties effectively in various operational scenarios. Interested vendors must submit their quotes by April 16, 2025, with services expected to commence by June 3, 2025. For inquiries, contact Adam Bernas at adam.bernas@us.af.mil or Jessica De Benedet at jessica.de_benedet.it@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 10:05 AM UTC
The document FA568225Q8006 outlines a series of clauses associated with federal government procurements, emphasizing regulations relevant to contractors, especially in defense-related contracts. It details requirements concerning the compensation of former Department of Defense (DoD) officials, whistleblower rights, safeguarding defense information, and compliance with local labor laws, particularly in overseas contexts. Additionally, it addresses the acquisition restrictions related to entities associated with the Maduro regime and those that provide telecommunications and video surveillance services, particularly from Kaspersky Lab and ByteDance. The clauses incorporate terms related to worker rights, antiterrorism measures, and electronic transaction processes for payments via the Wide Area Workflow (WAWF) system. Furthermore, there is a focus on small business involvement, guidelines for environmental and labor laws, and the federal acquisition supply chain security. Each clause is specified for reference, specifying its relevance, approval date, and the context in which they must be applied. This document serves as a regulatory framework intended to guide contractors in adhering to federal requirements during their operations and engagements with the government.
Apr 9, 2025, 10:05 AM UTC
The Performance Work Statement (PWS) outlines the requirements for Prolonged Field Care Training to be provided by a contractor. This training intends to enhance medical competencies for personnel, especially in Large-Scale Combat Operations, through a structured syllabus that covers various medical tactics and techniques. Desired Learning Outcomes include advanced patient management skills, such as hydration, wound treatment, surgical interventions, and electronic monitoring. The contractor's obligations include supplying qualified instructors, training materials, facilities for eight attendees, moulage role players, and necessary medical equipment similar to that in Joint Force operations. Essential instructional components will entail practical exercises lasting at least eight hours. Attendees are tasked with bringing their personal and tactical clothing along with individual medical kits. Performance measures emphasize thorough completion of practical instructions, provision of all required resources, and delivery of training certificates upon completion. The essence of this document reflects the government's initiative to ensure that military personnel are equipped with the critical medical skills necessary for managing casualties effectively in various operational scenarios.
Apr 9, 2025, 10:05 AM UTC
This document provides an addendum to the Federal Acquisition Regulation (FAR) 52.212-1, detailing requirements for submitting quotes in response to a Request for Quote (RFQ). Key points include the clarification that terms like “RFP” are interchangeable with “RFQ” and that quotes must be firm for 60 days. Quotations must contain sufficient technical detail to demonstrate compliance with the RFQ's specifications; generic statements will not suffice. Proposals require three parts: a Summary and Miscellaneous Data, Price Submission, and Technical Submission, each with specific instructions on content and formatting. Part I requires a concise summary, contact information, and acknowledgment of amendments. Part II focuses on a structured price submission, emphasizing accuracy and clarity in price calculations. Part III involves a Technical Submission detailing the contractor's approach, relevant experience, and understanding of required logistics. Proposals must be submitted electronically by a specified deadline and follow guidelines regarding federal holidays. This document underlines the necessity for careful adherence to guidelines to ensure proposal acceptance and potential contract award, emphasizing the importance of detailed technical and price submissions in the evaluation process.
Apr 9, 2025, 10:05 AM UTC
This solicitation document outlines the requirements for a Request for Quote (RFQ) under federal procurement procedures. It clarifies terminology, stating that “RFP” refers to “RFQ”, and emphasizes the necessity for detailed technical submissions to evaluate compliance with the solicitation’s specifications. Vendors must provide a comprehensive proposal divided into three parts: Summary and Miscellaneous Data, Price Submission, and Technical Submission. Each part has specific instructions regarding content, format, and submission procedures, including an electronic submission deadline of April 2, 2025. Additionally, it mandates clear identification of any exceptions to solicitation terms, and thorough documentation related to prior relevant projects. Proposals should exhibit a technical understanding of the project requirements outlined in the Performance Work Statement (PWS), and include prior experience related to similar projects in scope and complexity. The document emphasizes that incomplete submissions will not be considered, underlining the importance of pinpointing technical compliance and adhering to formatting specifications, including page limits and electronic submission formats. Ultimately, the guidance provided seeks to streamline the proposal evaluation process while ensuring thoroughness and compliance.
Apr 9, 2025, 10:05 AM UTC
The document is an addendum to the FAR 52.212-1, providing detailed instructions for submitting quotes in response to a Request for Quote (RFQ) from the federal government. It clarifies terminology, specifies a 60-day price acceptance period, and emphasizes the necessity of a comprehensive Technical Submission that must meet all requirements outlined in the solicitation. Offerors must submit proposals electronically by April 16, 2025, and follow a structured approach consisting of three parts: Summary and Miscellaneous Data, Price Submission, and Technical Submission. Each part has specific content guidelines and page limits, ensuring clarity and compliance for evaluation purposes. The document also outlines the proposal evaluation criteria, emphasizing the technical compliance and past performance relevant to the requested services. Lastly, it provides guidelines for deadline compliance, federal holiday observance, and inquiry submission protocols. The document serves to enhance proposal accuracy and completeness, with the ultimate goal of facilitating efficient government procurement processes.
Apr 9, 2025, 10:05 AM UTC
The document outlines the evaluation criteria and award process for a government solicitation concerning commercial products and services, as per FAR guidelines. It specifies that a contract will be awarded to the responsible quoter whose submission not only meets the solicitation's requirements but also offers the best overall value, considering price and other factors. The evaluation is rooted in a Best Value approach, focusing on price, technical capability, and management approach. Offerors are required to demonstrate adequate technical understanding, past relevant experience, and an effective management plan, while technical proposals will be rated as either acceptable or unacceptable. Price assessments will include Total Evaluated Price calculations and the potential for price realism analysis to ensure proposals reflect realistic assumptions. The Government intends to proceed with awards based on initial proposals, minimizing discussions, but retains the right to communicate with offerors as deemed necessary. This structured evaluation framework aims to ensure that government contracts achieve optimal value and quality in service delivery while adhering to federal procurement regulations.
Apr 9, 2025, 10:05 AM UTC
The document is a Question & Answer matrix related to the Request for Proposal (RFP) FA568225Q8006 for Prolonged Field Care Training at Aviano Air Base. It addresses vendor inquiries concerning possible utilization of base facilities for training purposes, including classrooms and cadaveric training. Key details specify that the contractor will be responsible for providing necessary facilities, including obtaining permissions for conducting cadaver tissue training at the base, as outlined in the Performance Work Statement (PWS) Section 4.1.2. Additionally, there is a question regarding whether contractor travel costs should be itemized separately or included in the overall project pricing. This document serves as a clarification tool for contractors bidding on the project, ensuring they understand logistical requirements and cost implications associated with training at the military installation.
Apr 9, 2025, 10:05 AM UTC
The U.S. Air Force's 31st Fighter Wing has issued a combined synopsis/solicitation (FA568225Q8006) for Prolonged Field Care Training. This Request For Quotation (RFQ) seeks to establish a Firm Fixed Price Purchase Order. The deadline for quotes is April 2, 2025, with service expected to start by June 3, 2025. Interested vendors must adhere to all specifications outlined in the attached Performance Work Statement and provide sufficient technical details to demonstrate compliance. Quoters are required to be registered in the System for Award Management (SAM.gov), and their submissions will be evaluated based on price and technical capability. Only technically acceptable quotes will be considered, emphasizing a best value approach for contract award. The document clarifies that the Air Force intends to conduct the selection process without discussions, further urging vendors to submit their best offers initially. The contract may be canceled at the discretion of the government, which retains the right to reject any or all proposals. Overall, this solicitation underscores the Air Force’s commitment to sourcing qualified training solutions to enhance its operational readiness.
Apr 9, 2025, 10:05 AM UTC
The 31st Fighter Wing of the U.S. Air Force has issued a combined synopsis/solicitation for Prolonged Field Care Training under Solicitation Number FA568225Q8006. The request seeks a single Firm Fixed Price Purchase Order, with a response deadline of April 16, 2025, and an expected performance start date of June 3, 2025. Key points include the requirement for comprehensive technical descriptions detailing compliance with the solicitation's specifications. Quotes will be evaluated based on price, technical capability, and prior experience, with an emphasis on best value. The document outlines that quotes must meet all solicitation requirements and provides detailed instructions for submission, emphasizing a no-discussion award process. Evaluation criteria will determine the most advantageous quote, acknowledging that the government may reject any proposals deemed unacceptable or unrealistic in terms of pricing. Vendors must be registered in the System for Award Management (SAM.gov) prior to submission. The solicitation also includes several attachments outlining further provisions and performance expectations.
Apr 9, 2025, 10:05 AM UTC
The solicitation from the 31st Fighter Wing of the U.S. Air Force seeks quotes for Prolonged Field Care Training under solicitation FA568225Q8006. Issued on March 18, 2025, the deadline for submissions is April 16, 2025, by 12:00 PM CET. The goal is to award a single Firm Fixed Price Purchase Order for services that meet the criteria outlined in the attached Performance Work Statement. Vendors must provide comprehensive proposals including technical descriptions, compliance evidence, and price details. Evaluation will be based on a best value approach considering both price and technical capability, with quotes rated as Acceptable or Not Acceptable. All participating vendors must be registered in SAM.gov and submit their quotes via specified emails before the deadline. The government retains the right to cancel the RFQ at any time without incurring obligations to vendors. Essential attachments include provisions and clauses, the performance work statement, and evaluation criteria.
Apr 9, 2025, 10:05 AM UTC
The U.S. Air Force is issuing a Request for Quotation (RFQ) for Prolonged Field Care Training (PFC training) through Solicitation FA568225Q8006, with the aim to award a single Firm Fixed Price Purchase Order. Potential vendors are invited to submit quotes by April 16, 2025, for training scheduled during June 2025. Vendors are required to demonstrate technical compliance and provide detailed quotes that meet all specifications outlined in the solicitation. The document emphasizes that proposals will be evaluated based on price, technical capability, and previous experience, with preference given to the most advantageous quote. Key components include a comprehensive evaluation of technical specifications, and quotes must clearly showcase compliance to be deemed acceptable. The government reserves the right to reject quotes deemed unrealistic or non-responsive to requirements. Vendors must be registered in the System for Award Management (SAM.gov) when submitting quotes and are encouraged to provide thorough technical documentation. The government intends to make contract awards without further discussions, reinforcing the need for complete and competitive initial submissions. This procurement process reflects standard practices in federal solicitations, emphasizing efficiency, compliance, and best value for governmental needs.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Immersion Trainer
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking quotes for an immersive 360-degree training player under Request for Quote (RFQ) number FA558725Q0027. This procurement aims to acquire a system capable of displaying spherical 8k+ 360° content in various formats, which will be utilized to enhance training for firefighters, medics, and airmen at RAF Mildenhall, thereby improving operational readiness through realistic and interactive scenarios. The initiative emphasizes the importance of advanced technological solutions in military training, ensuring compliance with federal acquisition regulations and operational safety standards. Interested vendors must submit their quotes by April 10, 2025, and direct inquiries to Michael Ochoa at michael.ochoa.6@us.af.mil or Isaiah Vinson at isaiah.vinson@us.af.mil.
FY25 METC Emergency Care Textbooks Package ISBN: 9780137274437
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified vendors to supply a package of emergency care textbooks, including the "Emergency Care Textbook + MyLab BRADY + EMT Review Plus App," for the Air Force Aerospace Medical Service Apprentice (AMSA) course. This procurement aims to provide essential educational resources for 800 students, ensuring they have access to materials necessary for meeting EMT National Standards Certification, with a delivery deadline of August 1, 2025. The contract emphasizes support for women-owned small businesses and will adhere to federal acquisition regulations, including invoicing through the Wide Area Workflow (WAWF) system. Interested parties must submit their quotes by 10:00 am Central Time on April 10, 2025, and direct any questions to the primary contacts, Aisha R. Adams and Gary Beck, via their provided email addresses.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Army's Program Executive Office Soldier (PEO-S), is soliciting proposals for Materiel Fielding and Medical Liaison Support Services under solicitation number W911QY25RA001. The primary objective is to provide comprehensive medical materiel management, logistics support, and technical assistance to enhance Army medical readiness, particularly concerning Soldier Medical Devices (SMD). This procurement is crucial for ensuring that medical equipment and support services are efficiently delivered to military personnel, thereby maintaining operational effectiveness and healthcare standards. Interested small businesses must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
355 LRS - Deployment Gear
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for deployment gear under RFQ FA4877-25-Q-A-330, with a focus on equipping aircrew and combat personnel. The procurement includes a variety of tactical clothing and gear, such as coats, trousers, shirts, caps, boots, and medical kits, all adhering to military specifications and emphasizing operational readiness. This total small business set-aside opportunity is crucial for ensuring that personnel are adequately equipped for their roles, with the government reserving the right to make multiple or no awards based on the best value assessment. Interested vendors must submit their quotes by April 11, 2025, and can direct inquiries to Kody McPherson at kody.mcpherson.1@us.af.mil or Adam Lynn at adam.lynn@us.af.mil for further details.
MEDDET TRAUMA TRAINING
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide a comprehensive ten-day MEDDET Trauma Training course for up to 40 students. This training will encompass various critical areas, including Basic Life Support, Advanced Cardiac Life Support, Tactical Combat Casualty Care, Pediatric Advanced Life Support, Mental Health Resilience Officer training, and All Hazard Disaster Response, utilizing lectures, hands-on skill stations, and scenario-based training. The training is vital for ensuring that participants meet the requirements for National Registry of Emergency Medical Technicians (NREMT) recertification and provider credentialing services. Interested parties should contact Amy Kline at amy.l.kline.civ@army.mil or 302-326-7349, or Nyron Cameron at nyron.cameron@us.af.mil or 302-326-7465 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
Next-Generation Portable Therapeutic Liquid Oxygen (NPTLOX) Maintenance & Repair - Sources Sought
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought announcement to gather information on potential contractors for the maintenance and repair of the Next-Generation Portable Therapeutic Liquid Oxygen (NPTLOX) systems. The procurement aims to ensure the operational readiness of over 750 NPTLOX units, which are critical for providing supplemental oxygen in medical contexts, particularly during rapid response deployments. Interested parties are invited to respond with their qualifications and capabilities, as the information will assist the government in developing an acquisition strategy; responses are due by April 25, 2025, to Meredith Parker at meredith.parker@us.af.mil and SrA Liel Stroupe at liel.stroupe@us.af.mil. This RFI is not a commitment to award a contract, and the previous contract for similar services was valued at $9.4 million.
CPR/AED AND FIRST AID TRAINING SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified businesses to provide Cardiopulmonary Resuscitation (CPR) and Automated External Defibrillator (AED) training services, along with First Aid training for personnel engaged in high-risk tasks. The training will include in-person, on-site sessions covering Adult CPR, AED, and First Aid, and will be supplemented by a Learning Management System (LMS) for scheduling and tracking certifications. This initiative underscores the importance of workforce preparedness and safety, particularly for employees working in environments with potential cardiac arrest risks. Interested parties must submit a capabilities package by April 15, 2025, to Darlene H. Tucker at darlene.h.tucker.civ@us.navy.mil, with the contract anticipated to span from May 5, 2025, to May 4, 2030, under NAICS Code 611699, which has a size standard of $16.5 million.
ICD 705/SSM Physical Security Training
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals from qualified small businesses for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base in Ohio. The training aims to enhance the skills of security personnel responsible for overseeing Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facilities (SAPF), ensuring compliance with federal security standards. The contract is valued at approximately $15 million and spans from August 2025 to September 2028, with proposals due by April 29, 2025. Interested offerors can contact Curtis Thomas at curtis.thomas.4@us.af.mil or Candice Snow at candice.snow@us.af.mil for further details.
355 CES - Deployment Gear
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for deployment gear under solicitation RFQ FA4877-25-Q-A-283, with a focus on small businesses as this opportunity is set aside for total small business participation. The procurement includes a variety of tactical gear and clothing items, such as hot weather tactical boots, APECS trousers and parkas, gloves, and essential tactical equipment, which are crucial for military and law enforcement personnel in operational settings. Interested vendors must provide their quotes based on the detailed product list included in the associated documents, with the evaluation criteria emphasizing price, technical capability, and delivery timelines. Questions regarding the solicitation must be submitted by April 11, 2025, and quotes are due by the specified deadline; for further inquiries, contact Kody McPherson at kody.mcpherson.1@us.af.mil or 520-228-1922.
OHAS Emergency Medical Services (EMS) Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Emergency Medical Services (EMS) support during the Open House Air Show at Joint Base McGuire-Dix-Lakehurst, New Jersey, scheduled for May 17-18, 2025. The contractor will be responsible for providing all necessary personnel, equipment, and vehicles to enhance the base's emergency response capabilities, including a qualified EMS Task Force Leader, paramedics, EMTs, ambulances, and an ambulance bus for non-ambulatory patients. This procurement is crucial for ensuring public safety at a large-scale event expected to attract approximately 125,000 attendees per day. Proposals are due by April 18, 2025, at 10:00 AM EDT, and interested parties should contact Patrick S. Duff at patrick.duff.5@us.af.mil or Daniel Theyn at daniel.theyn@us.af.mil for further information.