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
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking qualified vendors to provide Prolonged Field Care Training under solicitation FA568225Q8006. This training aims to enhance medical competencies for personnel involved in Large-Scale Combat Operations, focusing on advanced patient management skills and practical exercises. The selected contractor will be responsible for delivering comprehensive training, including qualified instructors and necessary medical equipment, with services expected to commence by June 3, 2025. Interested vendors must submit their quotes by April 16, 2025, and can direct inquiries to Contracting Officer Adam Bernas at adam.bernas@us.af.mil or Jessica De Benedet at jessica.de_benedet.it@us.af.mil.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    Practitioner e-Learning
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Practitioner e-Learning platform aimed at providing continuous process improvement training, including Lean Six Sigma and project management methodologies, to Airmen and Guardians. The platform must support at least 750 simultaneous users and offer a range of courses from foundational to advanced levels, integrating AI/ML for enhanced interactivity and feedback. This initiative is crucial for enhancing the skills and competencies of military personnel, ensuring they are equipped with current industry methodologies. Proposals are due by December 22, 2025, at 1300 Eastern Time, with questions accepted until December 1, 2025. Interested parties should contact Destinee Narak at destinee.narak@us.af.mil for further information.
    Paramedic Training Courses
    Dept Of Defense
    The Department of Defense, specifically the Army Health Contracting Activity at Fort Hood, Texas, intends to award a sole source contract for paramedic training courses to Central Texas College. This procurement aims to provide Emergency Medical Technician-Paramedic (EMT-P) certification training for twenty medics from the 1st Cavalry Division, with classes scheduled for January and June, and is justified under FAR § 13.106-1(b)(1) due to the unique qualifications of the provider. The contract, funded by Operations & Maintenance, Army (OMA) for FY 2026, will be a Firm Fixed-Price purchase order with a base year from January 2026 to December 2026 and two option years extending to September 2028. Interested parties may contact Sara Craig at sara.l.craig2.civ@health.mil or by phone at 254-285-6743 for further information.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.
    Dyess AFB MDG DECON Training
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide decontamination training for Air Force Medical First Receivers at Dyess Air Force Base in Texas. The training aims to educate personnel on life-saving skills necessary for triaging, initiating field treatment, and decontaminating victims exposed to Chemical, Biological, Radiological/Nuclear (CBRN) agents or hazardous materials, adhering to CDC and OSHA guidelines. This training is critical for ensuring that first responders are equipped to handle hazardous situations effectively and safely. Interested parties can contact SrA Caleb Nolan at caleb.nolan@us.af.mil or 325-696-8239, or Jerime W. Gorse at jerime.gorse@us.af.mil or 325-696-5569 for further details.
    Professional Master's of Manufacturing Leadership Program, IAW PWS dated 07 August 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Professional Master's of Manufacturing Leadership Program in support of Robins Air Force Base in Georgia. The procurement encompasses all necessary personnel, equipment, supplies, and services required for training courses, certificate programs, and degree offerings, including graduation materials. This initiative is crucial for enhancing workforce development and management training within the Air Force, with a contract period spanning from January 1, 2026, to December 31, 2030. Interested parties should submit their quotes by December 19, 2025, and can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further information.
    Sources Sought for Pilatus PC-12 Pilot Qualification Training
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for Pilatus PC-12 Initial and Recurrent Pilot Qualification Training for its Aviation Safety Inspectors and Aircraft Certification Pilots. The procurement aims to identify vendors capable of providing comprehensive training that meets FAA regulations and congressional mandates, including ground school and flight training, with adherence to specific guidelines outlined in the Performance Work Statement (PWS). This training is critical for ensuring that FAA personnel achieve an unrestricted type rating on the PC-12 aircraft, which is essential for maintaining aviation safety standards. Interested vendors must submit their capability statements by 5:00 p.m. CT on January 9, 2026, to Shelley Howard at shelley.a.howard@faa.gov, as the FAA evaluates potential competition for this contract.
    Weaponeering Courses
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for Weaponeering Courses and related materials, specifically targeting Worldwide Counter Threat Solutions (WCTS) as the sole source provider. The procurement includes both Introductory and Advanced Weaponeering Courses, along with associated books, emphasizing the need for continuity in training methodology and quality. This opportunity is critical for maintaining instructional consistency and ensuring effective training for defense personnel. Interested vendors must submit their quotes by December 15, 2026, with an anticipated award date of January 15, 2026. For further inquiries, contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882.
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) contractors to provide Instructor Operator Support Services (MIOSS) for the Medical Simulation Training Center (MSTC). The contract aims to deliver instructor/operator support for medical training, including teacher-led and scenario-based training for both medical and non-medical personnel, with a focus on sustaining Combat Medic (68W MOS) skills and other tiered medical training. This opportunity is crucial for enhancing the training capabilities of U.S. military personnel and ensuring adherence to medical certification standards. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, and an Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia. For further inquiries, contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.