Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2022 SAM #7482
SOURCES SOUGHT

J -- AED Service Maintenance Agreement, U.S. Army Corps of Engineers, New England District , Concord, MA

Notice Date
5/24/2022 8:46:05 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ22X0018
 
Response Due
6/6/2022 11:00:00 PM
 
Point of Contact
Fred E Riley, Phone: 9783188256
 
E-Mail Address
fred.e.riley@usace.army.mil
(fred.e.riley@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought announcement to determine the interest, availability, and capability of potential contractors for AED Service Maintenance Agreement based on information described below and to potentially solicit based off of feedback from all of industry on the Request for Quote approach.� It is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, New England District desires to identify contractors capable of providing for AED Service Maintenance. The NAICS code for this procurement is 811219 (size standard $22,000,000).� The current intent is to initially solicit one Request for Quote later this fiscal year.� THE WORK CONSISTS OF:� Furnish all labor materials, Furnish all labor, materials, and equipment to oversee the use of Automated External Defibrillators (AED) throughout the District. It is the SOHO's responsibility to develop and implement a formal AED Program. This program requires medical direction and program management be provided by an outside source. The contractor shall furnish all labor and equipment needed to perform the duties detailed below for all AEDs within the New England District: ������������� Develop site-specific AED protocols ������������� Register AED with local EMS and 911 call centers ������������� Provide online maintenance tracking/notification system ������������� Provide AED evaluation post event� � Technical Items The vendor will ensure that all AEDs are kept serviceable and in compliance with all governing AED laws, regulations, and best practices. Any deficiencies noted will be reported to the Technical Point of Contact. The contractor must provide the following services: Medical Direction and Program Management Write prescriptions required for new or replacement AED purchases completed by the New England District, and complete registration/application process, as required by state or local law. Provide medical direction and oversight utilizing a Licensed Physician. Provide a Program Point of Contact (POC) to answer questions and address programmatic issues. Site-Specific AED Protocols Develop site-specific AED protocols and procedures. Conduct annual review and update of AED protocols and procedures, providing documentation of review to program POC. Registration with Local EMS and 911 Call Centers Register each unit with local EMS and 911 call centers. Online Maintenance Tracking and Notifications Provide an electronic online system which complies with NIST 800-171 requirements to demonstrate adequate security for the protection of USACE information. The contractor shall refer to NIST 800-171 industry standards for Protecting Controlled Unclassified Information in Nonfederal Systems and Organizations, which may be found at the following link: https://csrc.nist.gov/publications/detail/sp/800-171/rev-2/final Data obtained for this contract shall not be used to create databases or any other product not intended for use specifically for this contract. All data containing personal identifiers shall be handled in accordance with the Privacy Act of 1974 (Public Law 93-579). No data is to be released to anyone without the specific approval of the Contracting Officer. Electronic system must be capable of providing the program POC with the following information: State of readiness and compliance for each AED in the program Site-specific AED administrator and AED unit information (make/model/serial number) Equipment expiration dates Personnel training records Electronic notifications/alerts for upcoming actions. Post Event Procedures Maintain the ability to collect data from all the AEDs in the program. Offer an online event reporting system. Provide loaner equipment if an AED must be sent offsite for data collection after an event. The contractor is required to provide the following services post use: 1. Provide a means to notify and record the event with the contractor. 2. If a loaner AED is required, contractor will overnight a loaner AED unit to the location from which the AED was used. Replace items if used and return original AED to location from which it came. Return original AED to the location that experienced the event after everything is complete. Provide a shipping box and pre-paid mailing label to the USACE NAE location that received loaner AED so USACE NAE can return loaner AED to contractor. 3. If AED utilizes a data card, provide instructions for shipping the event data card to the contractor. Contractor is to overnight a new data card to the location so AED is usable post event. 4. Contractor will download the AED data and have the physician interpret the data to determine if the AED correctly analyzed the rhythm and recommended a shock if determined by the cardiac rhythm. 5. Contractor will compile all of the data into a report and submit the report to USACE Technical Point of Contact and any additional state agencies that require the report. 6. Communicate with the manufacturer, if necessary, on our behalf. USACE NAE currently has the following AED makes and models in service: 1. Philips, Heartstart FRx and FR2+ 2. Zoll Medical Corp., Zoll AED Plus 3. Physio-Control, Lifepak 1000 4. Cardiac Science, Powerheart G5 Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.� After review of the responses to this announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website for the respective project. NO SOLICITATION/SYNOPSIS IS CURRENTLY AVAILABLE.� All interested offerors will have the opportunity to respond to the solicitation announcement at a later time. Scope Information: See Performance Work Statement attached as an separate file attachment. Responses: In order to assess your capability to perform this contract adequately, interested firms should submit a capabilities package to include, at a minimum, the following: 1) Firm�s name, address, point-of-contact, phone number, email address, CAGE and DUNS number. 2) Business classification (e.g., 8(a), HUBzone, woman-owned small business (WOSB). veteran-owned small business (VOSB), Service-disabled veteran-owned small business (SDVOSB), small business or none of these). 3) Name of any subcontractors that would be proposed to team with the prime firm and their expected role. 4) Size of firm and those firms on the team. 5) Information on the general experience and capabilities of your firm and team. 6) Specific documentation of your firm�s experience and capabilities related to: Interested large and small business may also provide feedback. Responses are due by June 07, 2022.� Responses should be emailed to Contract Specialist Fred Riley at fred.e.riley@usace.army.mil.� NO APPOINTMENTS OR TELEPHONE CALLS WILL BE ACCEPTED.� This sources sought announcement is not to be construed as a commitment by the Government.� The Government will not pay for any material provided in response to this market survey nor return the data provided.� This is not a request to be placed on a solicitation mailing list nor is it a Request for Quote (RFQ) or an announcement of a solicitation.� The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Government Agency URL: www.nae.usace.army.mil Government Agency URL Description: New England District, Corps of Engineers
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fa6f1f626be248e2ac0b08aed0b625fb/view)
 
Place of Performance
Address: Concord, MA, USA
Country: USA
 
Record
SN06337422-F 20220526/220524230127 (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.