SOLICITATION NOTICE
Q -- AED Assist Management and Physicain oversite
- Notice Date
- 5/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- 100002
- Response Due
- 5/31/2010
- Archive Date
- 7/30/2010
- Point of Contact
- kristen.jaumotte, 406-324-3411
- E-Mail Address
-
USPFO for Montana
(kristen.jaumotte@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 100002 and is issued as a Request for Quote (RFQ). The NAICS code is 334510 and the size standard is less than 500 Employees. The solicitation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular 2005-41, Effective 13 May 2010 The proposed contract is intended to be a 100 percent set aside for small business concerns. The acquisition is a firm fixed priced purchase order in support of the Montana Army National Guards Occupational Health Nurse. Purpose:To provide medical direction and oversight for Automated External Defibrillators (AEDs). The program oversight must be compatible to Zoll AED Plus. The AED program requires physician oversight. Any time an AED is used by certified personnel the data must be analyzed by a physician. The purpose of this contract is to assist with management of the monthly checks, consultation on training and physician oversight. This SOW will cover base year plus four (4) option years, to provide continuity with the program. Statement of work: References: Montana AED Law House Bill 126, effective July 1, 1999 Purpose: To assist management and physician oversight of Automated External Defibrillators (AED) program for the MT ARNG. The MT ARNG has 56 Zoll AEDs. The program oversight must meet compatibility standards with Zoll AED. This SOW will cover base year plus four (4) option years, to provide continuity with the program. 2. The management of an AED in the State of Montana requires that all AEDs in the State have physician oversight, are registered with the State Emergency Management System (EMS). Program management and AED licensure must be maintained. 3. The requirements for oversight of the AED program include: a. The Occupational Health Nurse designated as program manager and has access to all site locations for oversight. b. Electronic Database to check and monitor AEDs with multiple site coordinators. This allows the program managers at each location to log in and check the AED. This action keeps the MTARNG in compliance with Federal and State guidelines. c. Indemnification process offered with Zoll AED.d. Track and monitor with reminders of when CPR certifications are due and keep records of MT NG Soldiers trained on the AED. e. Ability to instruct CPR/AED programs when required. f. Ability to track and notify each site of program updates battery and pad expirations with replacement programs. g. Must register each AED with State of Montana EMS service and maintain Licensure. 4. The Occupational Health Nurse provides all CPR/AED training. It is important to make sure the program management supports the Zoll Plus AED. The provision of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2009) applies to this RFQ. 52.212-3, the clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation, Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Past Performance and Technical Capability. Past performance and technical capability, when combined, are equal when compared to price or cost. Vendors are requested to submit past performance information to include persons of contact on their last two contracts for similar products. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008); 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009); Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2009) 52.202-1, Definitions (July 2004); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009); 52.222-3 -- Convict Labor (June 2003); 52.222-19 Child LaborCooperation With Authorities and Remedies (Feb 2008); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 -- Equal Opportunity, (Mar 2007); 52.222-41 -- Service Contract Act of 1965 (Nov 2007); 52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 1989); 52.222-50 -- Combating Trafficking in Persons, (Feb 2009); 52.222-51 -- Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain EquipmentRequirements (Nov 2007); 52.223-5 -- Pollution Prevention and Right-to-Know Information (Aug 2003); 52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003); 52.233-3 -- Protest After Award (Aug. 1996); 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004); 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation, (Apr 1984); 52.239-1 Privacy or Security Safeguards, (Aug. 1996); 52.249-2, Termination for Convenience of the Government (Fixed-Price) (May 2004); 52.252-2, Clauses Incorporated by Reference (Feb 1998); 252.201-7000 Contracting Officer's Representative (DEC 1991); 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003, Control of Government Work Product (April 1992); 252.204-7004, ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (SEP 2007); 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 1993); 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009); 252.247-7024 Notification of Transportation of Supplies by Sea, (MAR 2000). You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by email to Kristen Jaumotte at kristen.jaumotte@us.army.mil, No later than 31 May 2010, by 12:00 pm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/100002/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT
- Zip Code: 59604-4789
- Zip Code: 59604-4789
- Record
- SN02157785-W 20100526/100524234156-79a8ec27a9e34981038e758da02984dc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |