Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2011 FBO #3547
SOURCES SOUGHT

U -- Automated External Defibrillator Training, Supplies, and Data Management

Notice Date
8/9/2011
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
HHS-PSC-DAM-SS-12-010
 
Archive Date
9/5/2011
 
Point of Contact
Paul Hart, Phone: 3014435542
 
E-Mail Address
paul.hart@psc.hhs.gov
(paul.hart@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This is strictly market research; therefore no questions regarding this market research will be entertained. BACKGROUND AND PURPOSE The U.S. Department of Health and Human Services (HHS), Program Support Center (PSC), Federal Occupational Health Service (FOH), provides occupational health services to HHS and other Federal agencies. One of these services is the provision of comprehensive Automated External Defibrillator (AED) program for client Federal agencies including FOH clinics as well as free standing programs for Federal Agencies. To this end, the Government is conducting market research to identify socioeconomic organization who can provide Instructor-Led Training, data management, and Training Aids and Devices in locations within the 48 continental United States, Alaska, Hawaii, Puerto Rico, US territories, and at various other international locations PROJECT REQUIREMENTS The AED Program Services shall provide the following elements: I. Training classes (1) Shall provide training classes in the areas of AED/CPR, Instructor Training, Blood-borne Pathogens, First Aid, AED Drills, and Practice Sessions in compliance with current nationally recognized guidelines. Nationally recognized certification training organizations include, but are not limited to the American Heart Association, the American Red Cross, and the National Safety Council. (2) Shall provide certified instructors and training through a world-wide network of trainers. (3) Shall provide training classes on any type of Federal Drug Administration (FDA) approved AED machine by various manufacturers as specified by FOH and the FOH client Federal agencies. (4) Shall provide a central contact person to FOH to schedule the training classes. This contact person shall have the capability to answer calls and emails from all FOH client Federal agencies in locations within the 48 continental United States, Alaska, Hawaii, Puerto Rico, American Territories, and at various other international locations. (5) Training shall primarily be conducted between 9am and 5pm, Monday through Friday, but to accommodate the unique work schedules of all FOH client Federal agencies, the contractor shall have the capability for delivering training classes 24 hours per day, seven days per week, and 365 days per year at the FOH client Federal agencies specified locations, excluding Federal holidays. (6) Some FOH client Federal agencies may require training classes in American Territories and at various other international locations. FOH anticipates the need for training classes at these locations will occur approximately fifteen times per year. (7) Schedule classes to occur within four (4) weeks from notification from FOH of the authorization of class. (8) All materials necessary for the training classes, including but not limited to, AED trainer units, manikins, and other appropriate and needed accessories. The contractor instructors of the AED course shall teach the certification training class as requested by the FOH client Federal agency and authorized by the FOH AED Program staff. The contractor instructors must be certified as instructors for the appropriate indicated certification training class. a. Requested equipment/supplies shall be delivered within four (4) weeks of the date of the request / order from the FOH AED Program Staff unless otherwise mutually agreed upon. (9) Provide the nationally recognized certification course card to the FOH client Federal agency participants that successfully complete the training class. The nationally recognized certification course cards shall state the course was successfully completed, and shall be provided to the FOH client Federal agency participants at the completion of the each training class. a. Fifteen calendar days after completion of a training class, the contractor shall enter all FOH client Federal agency participant information in the web-enabled program management tool. (10) Provide evidence of a traceable quality assurance program which reviews the instructors, the delivery of course content, participant /student satisfaction, and client Federal agency satisfaction. II. Web-enabled Program Management Tool Requirements The FOH AED Program is an on-going program, and the contractor shall be expected to provide seamless and continuous scheduled services support via a web-enabled management tool. The contractor shall provide FOH program staff and FOH client Federal agencies with use of a web-enabled program management tool. Access to this tool must be controlled by a security role within the web-enabled program management tool, so that the reported data is only accessible by assigned FOH AED program staff and FOH client Federal agency administrators. The web-enabled program management tool shall include the following: 1) Ability to import five (5) years of historical data 2) Provide FOH with access to a web-enabled program management tool that allows FOH program staff and FOH client Federal agencies to track initial and re-certification training information pertaining to the training classes and participants as follows: a) Training history - the ability to track all courses and participants trained, to review all CPR / AED training history for FOH client Federal agencies sites and other federal agencies by location and department, date of class, number of students in the class, class roster and course completion. Additionally, historical training information provided by FOH shall be maintained in the web-enabled program management tool. b) Individual participant history - display training information by individual participant. This includes recording individual trained responder successful or unsuccessful completion of initial CPR / AED training and any subsequent required re-training. Additionally, historical student information provided by FOH shall be maintained in the web-enabled program management tool. 3) Provide FOH with access to a web enabled program management tool that provides the ability to record results of FOH client Federal agencies internal periodic drills /practice-sessions; input data into the web-enabled tool from a central location. This data shall be available for reporting and monitoring. The web-enabled tool shall provide a protected and secured hierarchy of access to these records to the FOH, provide notification ability for participant training non-compliance and /or drill protocol to FOH, the FOH AED client Federal agency site coordinator, and the participant. 4) Provide FOH with individual login and password accessibility to the information contained in the web-enabled program management tool based on a specific FOH management hierarchy which will be provided to the contractor by FOH. 5) The contractor shall provide data entry services upon request. Data entry shall include but not be limited to: a) Entry of information into web-enabled program management tool supplied to contractor by FOH. b) Customization of documentation template(s) with site-specific information provided to contractor by FOH. Both site-specific information and documentation template(s) will be provided by FOH. c) Upon completion of data entry tasks, information should available on the web-enabled program management tool. Locations for data entry will be indicated by FOH upon task assignment; 6) Customized site-specific documentation from templates should be available as a PDF document. 7) Shall provide the authorized FOH AED program staff and FOH client Federal agency user with the ability to query information to generate reports based on the time, location, course, educator or participant. Access to data views and program functionality can be restricted for each individual user through an established hierarchy of access. 8) The web-enabled program management tool shall consist of a dashboard overview of top-line, aggregate program information, including courses scheduled and delivered which provides instant information to authorized FOH AED program staff and FOH client Federal agency users. 9) The web-enabled program management tool and data management of client Federal agencies AED equipment shall be available to the FOH and FOH client Federal agencies separate from the training certification training classes, unless otherwise noted. 10) Shall provide the authorized FOH AED program staff and FOH client Federal agency user with the ability to query information to generate reports based on the expiration date of the effected equipment, or location of the equipment. Access to data views and program functionality can be restricted for each individual user through an established hierarchy of access. III. Equipment 1) Provide equipment options for purchase by FOH or by FOH on behalf of the client Federal agencies shall include but not be limited to: a) An accessory kit which is purchased on behalf of the client Federal agencies to put with each AED unit. The accessory kit will include two (2) one-way valve CPR masks, two (2) pairs of non-latex gloves, a disposable razor, alcohol wipes, scissors, a disposable absorbent towel, and two (2) one-gallon bio-hazard bags contained in a re-closable, durable re-closable bag with a mechanism to attach it to the carry case of the AED unit. b) Training manikin - upper torso manikin which will be used by the client Federal agencies during training, practice sessions, and mock drills as a part of their AED Program. c) Replacement supplies for the training manikin - supplies to include face or lung bags, heads and / or faces for the manikin. d) Replacement head/face for upper torso manikin IV. Registration Management Complete and submit on FOH client agency's behalf all proper registration documentation required by the local municipality, county, and state governments where FOH-managed AED units are installed. This effort will include but not be limited to: 1) Completion and tracking of state, county, and local registrations. 2) Notification of local EMS (Emergency Medical Services) of the installation of FOH-managed AEDs. 3) Registration submission will include applicable application fees paid to local governments on behalf of FOH client agency 4) Registration tracking will include management of registration expiration dates. Registrations due for expiration should be brought to the attention of FOH with sufficient time to re-submit registration(s) without lapse. Information on registrations due to expire should be made available to FOH at least monthly. IMPORTANT CONSIDERATIONS HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses ARE STRONGLY ENCOURAGED TO SUBMIT CAPABILITY STATEMENTS. INFORMATION SUBMISSION INSTRUCTIONS This notice is for market research only. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested sources possessing the capabilities to meet the above requirements should submit a cover letter along with a capability statement not to exceed ten (10) pages demonstrating ability to perform, and should include an outline of previous or similar projects so that the government can perform a proper evaluation of the company's capability. The statement should also include an indication of certified small business status where applicable; this indication should be clearly marked on the first page of the capability statement. Interested respondents shall provide a capability statement to include the following: a. Information regarding the difficulty and/or feasibility of the potential requirement or proposed acquisition b. Information regarding core competencies: 1. Staff expertise, experience, and formal and other training; 2. Current corporate capability and capacity to perform the work; 3. Prior completed projects of similar nature; 4. Corporate experience and management capability; 5. Examples of prior completed Government contracts, references, and other related information; Submissions must also include the following information: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp This information should be provided electronically in Microsoft Word or Adobe PDF format to the e-mail address of the Contract Specialist/Contracting Officer listed in this announcement. Responses must be submitted not later than 11:59pm EST, August 21, 2011. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is ten (10) pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/HHS-PSC-DAM-SS-12-010/listing.html)
 
Record
SN02527286-W 20110811/110809235624-163b7e4f4cd0e07380d6d90728ed6853 (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 |
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.