Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2005 FBO #1217
SOURCES SOUGHT

Q -- Deployment of a National Medical Response Team/National Capital Region

Notice Date
3/25/2005
 
Notice Type
Sources Sought
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, Flood, Fire and Mitigation Branch, 500 C Street, S.W., Room 350, Washington, DC, 20472
 
ZIP Code
20472
 
Solicitation Number
Reference-Number-FEMA-NDMS
 
Response Due
4/11/2005
 
Archive Date
4/26/2005
 
Point of Contact
Michelle Calhoun, Contract Specialist, Phone (202) 646-2999, Fax (202) 646-3846, - Michelle Calhoun, Contract Specialist, Phone (202) 646-2999, Fax (202) 646-3846,
 
E-Mail Address
michelle.calhoun@dhs.gov, michelle.calhoun@dhs.gov
 
Description
This is not a RFP, but a survey to locate potential sources capable of deployment of a Medical Response Team. The Department of Homeland Security, Federal Emergency Management Agency’s National Disaster Medical System intends to enter into a sole source contract with the Arlington County Fire Department for deployment of its National Medical Response Team. This team would assist with patient decontamination/stabilization due to a terrorist attack or a weapon of mass destruction incident in the National Capital Region. Potential sources minimum capabilities must include documented evidence of experience and expertise in all of the following areas: The team must be capable of deploying into a hazardous material environment and providing physicians to supervise advanced level medical services, human decontamination, and assist other response agencies. All personnel must be trained at a minimum to the OSHA standard for ‘Hazardous Material Operational Level’. All persons in level A&B ensemble must be trained to the OSHA standard for the ‘Technical Level’. The team must have at least 50 personnel as the standard deployed force. Specialized missions could be as few as 12 personnel. This will be decided on a case-by-case basis. The team must be able to respond for planned events, after a WMD event, when a credible threat exists, or to assist with technological disasters. The Team Shall: (1) Provide a fully operational National Medical Response Team for the National Capital Region; (2) Deploy within 2 hours of notification by FEMA; (3) Store and maintain an equipment cache, vehicles, in a state of readiness for deployment; (4) Implement quality assurance procedures, and maintain the team medical supplies, including pharmaceuticals according to nationally recognized standards; (5) Organize all supplies and materials of the equipment (cache) in standardized storage configurations. The cache will be consistent with temperature, moisture, and light exposure specifications as necessary to provide product integrity. Standardization ensures timely, efficient deployment; (6) Provide for the security of the cache in accordance with applicable security procedures and physical security requirements; (7) Ensure all medical materials are available to meet the standards of overall regulations set forth by the Food and Drug Administration (FDA); (8) Order, receive, store, issue and dispose of expired controlled substances using all applicable Drug Enforcement Administration (DEA) regulations, any other applicable laws, or any applicable policies for pharmaceutical product storage; (9) Provide FEMA/NDMS with access to storage facilities for no-notice and scheduled inspections;(10) Be prepared to supply 10,000 sq ft of climate controlled, pharmaceutical warehouse storage facilities (as a minimum);(11) Service and maintain federally issued equipment and supplies for 50 immediately deployable team members and their supplies with the ability to respond in 2 hours; and (12) Provide responsible designee to accompany FEMA/NDMS inspectors. Firms with the above capabilities are invited to submit complete information to the procuring office identified in this notice in 3 copies within 15 calendar days from the date of this notice. Information furnished should include: (1) Company experiences related to the proposed project. (2) A current financial statement. (3) Other literature, which demonstrates the minimum capabilities, listed above. This synopsis is for information and planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. Based on responses received, the Government reserves the right to set-aside any and all procurements that may result hereunder for small or minority-owned businesses. If the evaluation of responses received concludes that none of the responding firms have the necessary capabilities, negotiation may be conducted with the Arlington County Fire Department on a noncompetitive basis. All information shall be submitted to Terry Vann Ellis, Contract Specialist, Federal Emergency Management Agency, Financial & Acquisition Management Division, Flood, Fire & Mitigation Branch, 500 C Street SW, Room 350, Washington DC 20472. Responses can also be emailed to terry.ellis@associates.dhs.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-EPR/FEMA/FFMD/Reference-Number-FEMA-NDMS/listing.html)
 
Place of Performance
Address: Locations may vary within the National Capital Region depending on where a terrorist attack or weapon of mass destruction incident may occur.
Country: US
 
Record
SN00776449-F 20050327/050325213350 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.