Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2021 SAM #7103
SOURCES SOUGHT

U -- Emergency Preparedness First Aid Training, Services, and Supplies.

Notice Date
5/11/2021 7:16:53 AM
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91021Q00092
 
Response Due
5/20/2021 9:00:00 AM
 
Archive Date
06/04/2021
 
Point of Contact
Miguel Diaz, Phone: 2402765439
 
E-Mail Address
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
 
Description
SB SOURCES SOUGHT NOTICE: Emergency Preparedness First Aid Training, Services, and Supplies. NOTICE NUMBER: 75N91021Q00092 ISSUED BY: National Cancer Institute (NCI), Office of Acquisitions (OA) 1.0������ DESCRIPTION This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Small Business Sources Sought Notice is to identify qualified small business concerns, including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns, that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract based on responses received nor otherwise pay for the preparation of any information submitted. 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 requirement is assigned North American Industry Classification System (NAICS) code 611699 with a size standard of $35 million is being considered. NCI may issue a request for quotation (RFQ) as a result of this Small Business Sources Sought Notice. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Small Business Sources Sought Notice or the NCI�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. 2.0� � � BACKGROUND Through its Emergency Management and Physical Security Branch (EMPSB), the Office of Space and Facilities Management (OSFM) provides for emergency preparedness and business continuity functions for the NCI. One of the functions within this mission is to develop a culture of safety, preparedness, and resiliency in the workforce. The training, services, and supplies included in the attachment will facilitate the effective and professional performance of this function by providing emergency training to NCI staff and ensuring that they have access to the supplies needed to respond to an injury or illness in the workplace 2.1������ OBJECTIVE The objective of this notice is to identify sources for emergency preparedness training, services, and supplies for NCI personnel. This will be used to train and equip NCI staff in responding to workplace emergencies so that the Institute will be better prepared to respond to and recover from all types of hazards. 3.0� � � SCOPE Procure the services and training listed below. NCI staff who successfully complete the formal training sessions must receive proof of certification in the skills included in the training. All of these training sessions may be conducted in-person or remotely based on NCI work status and at the discretion of the COR in coordination with the contractor/subcontractor. The contractor/subcontractor will also assist in promoting the training sessions included in any acquistions to NCI staff upon request. ITEM Basic First Aid Class (10 student max) - Quantity: 2 AHA AED Class (15 student max) -�Quantity: 2 First Aid/AED Combo Class (15 student max) -�Quantity: 1 Stop the Bleed Class (24 student max) -�Quantity: 1 1-hour non-certification lecture session -�Quantity: 6 Quarterly First Aid Kit Inspections and Refills -�Quantity: 4 4.0� � � CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS The contractor/subcontractor shall: Be an American Heart Association (AHA) Authorized Training Site. Be a Training Center through ECSI (Emergency Care and Safety Institute). Be an established training center with at least 10 years of experience providing CPR/AED and First Aid training and certification through nationally recognized entities (i.e., AHA, ARC, HSI, ECSI). Be a ""Recognized Educational Partner"" of the Committee�for Tactical Emergency Casualty Care. Ensure that at least one (1) Instructor who possess a current Emergency Medical Responder Instructor Authorization through a nationally recognized entity (i.e. HSI, ECSI) is present for sessions as appropriate based on the level of instruction/certification being provided. Ensure that at least one (1) Instructor, who shall teach more than 50% of classes, possesses a current certification as an EMT-B or higher. Ensure that all American Heart Association training uses American Heart Association materials and Instructors.�No purported ""equivalency"" will be accepted for class-types offered by the AHA. Instructors provided by the contractor/subcontractor shall: Possess current American Heart Association BLS Instructor status and have a minimum of 10 years, uninterrupted, American Heart Association BLS Instructor status. Possess, at minimum, Emergency Medical Responder certification. Be authorized to offer Wilderness First Aid, Advanced First Aid, and Pet First Aid through ECSI. Possess or demonstrate that they can obtain an NIH PIV badge with physical access authorization. Be able to conduct virtual training if needed for continuity of operations (e.g., during a pandemic).�Certification requirements will stand as decided by the Training Authority (AHA, ECSI, etc.).�In these cases, the Instructor must also be able to conduct in-person skills checks/assessments�when needed. For quarterly First Aid kit services: Technician shall possess or demonstrate that they can obtain an NIH PIV badge with physical access authorization and be able to conduct all services independently without escort or assistance from NCI staff. The contractor/subcontractor and technician are both responsible for ensuring kits and their contents meet or exceed current ANSI guidelines Tourniquets shall be included in all kits and must be the windlass type and a brand/model recommended by the Committee for Tactical Emergency Casualty Care (Co-TECC). Training in the exact type of tourniquets that are stocked in the kits shall be incorporated into training classes provided by the contractor/subcontractor 5.0� � ��TYPE OF ORDER This is a firm fixed price purchase order. 6.0� � � PERIOD OF PERFORMANCE The period of performance is expected to be for 12 months with four (4) 12-month options periods. 7.0� � � PLACE OF PERFORMANCE NCI Shady Grove Campus (9609 & 9615 Medical Center Drive) � Rockville, MD NIH Main Campus � Bethesda, MD, including Buildings 82, 31A, and 41 � Bethesda, MD NCI Riverside 5 � Frederick, MD 8.0� � � REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE DELIVERABLE #1 -�Provide the TPOC with a roster of class participants (may be done electronically or on paper). - Due: Five business days after completion of each training session. #2 -�Send an email to the TPOC certifying the completion of each of the quarterly first aid kit refill services. - Due: Five business days after completion of each quarterly service. 9.0������ PAYMENT Payment shall be made in full upon delivery and acceptance by the Government. Payment authorization requires submission and approval of invoices to the COR and NIH OFM, in accordance with the attached payment provisions listed below: The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls:� Prompt Payment (Jan 2017) FAR 52.232-25.� Highlights of this clause and NIH implementation requirements follow: Invoice Requirements An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed.� A proper invoice is an ""Original"" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9.� If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice.� (See exceptions under II., below.)� Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. Vendor/Contractor:� Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). Remit-to address (Name and complete mailing address to send payment). Remittance name must match exactly with name on original order/contract.� If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. Invoice date. Unique invoice #s for all invoices per vendor regardless of site. NBS document number formats must be included for awards created in the NBS:� Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). Federal Taxpayer Identification Number (TIN).� In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice.� The VIN is the number that appears after the contractor�s name on the face page of the award document. Identify that payment is to be made using a three-way match. Description of supplies/services that match the description on the award, by line billed.* Freight or delivery charge must be billed as shown on the award.� If it is included in the item price do not bill it separately.� If identified in the award as a separate line item, it must be billed separately. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* NOTE:� If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice.� A modification to the order or contract may be needed before the invoice can be submitted and paid. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order.� If authorized, shipping costs must be itemized.� Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. The�Contractor shall submit invoice to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official, as directed below. The�Contractor must follow step-by-step instructions as stated in the NIH/OFM Electronic Invoicing Instructions for NIH Contractors/Vendors, which is included as an attachment on the website at https://oamp.od.nih.gov/DGS/DGS-workform-information/attachment-files. The invoice shall be transmitted as an attachment via email to the address listed above in one of the following formats: Word, or Adobe Portable Document Format (PDF). The Contractor must submit only one invoice per email. Do not submit supporting documentation (e.g., receipts, time sheets, vendor invoices, etc.) with your invoice unless specified elsewhere in the contract or requested by the Contracting Officer. The Contractor shall submit a copy of the electronic invoice to the following Technical Point of Contact (TPOC): Technical Point of Contact (TPOC) Name- ___________________Email Address- For inquiries regarding the status of invoices, contact OFM Customer Service via email at ofm_customer_service@incontactemail.com or via phone at 301-496-6088. To send your inquiries via other available communication methods refer to the OFM Customer Service website at https://ofm.od.nih.gov/Pages/Customer-Service.aspx. Note: The OFM Customer Service is open Eastern Standard Time Monday � Friday from 8:30 a.m. to 5:00 p.m. and is closed between 12:00 p.m. to 1:00 p.m. Invoice Payment Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: The 30th day after the designated billing office has received a proper invoice. The 30th day after Government acceptance of supplies delivered or services performed. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. Interest Penalties An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. A proper invoice was received by the designated billing office. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with a term or condition. � In the case of a final invoice for any balance of funds due the contractor for ����������� supplies delivered or services performed, the amount was not subject to further ��������� settlement actions between the Government and the Contractor. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (December 2013) Upon receipt�of accelerated payments from the Government,�the�Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when�such payment is otherwise�required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.� The�acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business�concerns for the acquisition of commercial items.� 10.0� � � ??????????????SUBMISSION INFORMATION Capability statements shall be submitted via email to Contracting Officer, Miguel Diaz, at migurl.diaz@nih.gov no later than 12:00 A.M. EST on Thursday, May 20, 2021 (03/30/2021). All information furnished must be in writing and must contain enough detail to allow the NCI to determine if it can meet the unique specifications described herein.�Please reference number 75N91021Q00092 on all correspondence. 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 capability. 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. After a review of the responses received, an RFQ may be published. However, responses to this notice will not be considered adequate responses to a solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fe8e23f5013c4698bb9a9dd7aeaffbfc/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN05998808-F 20210513/210511230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.