SOURCES SOUGHT
42 -- EMERGENCY PREPAREDNESS EQUIPMENT AND SUPPORT
- Notice Date
- 2/16/2007
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, DC, 20510-7207, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-2007-S-024
- Response Due
- 3/15/2007
- Archive Date
- 3/16/2007
- Description
- DESC: MARKET SURVEY AND BIDDERS LIST DEVELOPMENT - SOURCES SOUGHT REQUEST FOR EMERGENCY PREPAREDNESS EQUIPMENT AND SUPPORT. The purpose of this sources sought synopsis is to gain knowledge of potential qualified industry sources for providing emergency preparedness equipment and support services for the United States Senate (Senate), Office of the Sergeant at Arms (SAA). The Office of Security and Emergency Preparedness (OSEP) within the SAA has a broad range of responsibilities that include providing emergency preparedness equipment for distribution throughout the U.S. Senate. In the five years since the September 11, 2001, terrorist attacks, the United States Capitol Police (USCP) Board and the Senate Sergeant at Arms have greatly expanded the protection and preparedness of the Senate. More than 17,000 ILC Dover SCape CBRN30 escape hoods, 500 Baby SCape CBRN30 escape hoods, 700 PB&R Essex Victim Rescue Unit Plus smoke hoods, 1,000 Motorola wireless emergency annunciators models IV and V, and 400 Emergency Supply Kits are part of the security and preparedness program. The SAA is currently conducting market research to determine the existence of viable organizations capable of providing the necessary services in support of its emergency preparedness operations. All requirements listed below are mandatory unless otherwise noted. This Sources Sought Notice (SSN) is not a request for proposal and in no way obligates the Senate to an award of a contract. This sources sought synopsis contains the currently available information. This information is subject to change at any time. Requirements are stated in terms of minimum capabilities and characteristics required by the Senate. The key functional areas under consideration include, but are not limited to, the following: (1) On-site Logistic and Inventory Support: Provide on-site support five days a week for logistics management and delivery of equipment to include emergency preparedness equipment and supplies. This support includes inventory control, scheduling appointments, relocating equipment from storage to offices and picking up excess equipment and returning to stock. Support for annuciator trouble calls, emergency equipment inventory, and maintenance of on-site emergency equipment and supplies. Normal tasks associated with this include programming annunciators to receive specific building messages, assessing local needs for additional equipment, answering office calls for assistance on units that are malfunctioning, on-site repair or replacement and inventory control. Provide augmentation support once a week for equipment movement and support. Augmentation is a labor/technical support category for large tasks that the on-site staff cannot complete. Conduct annual inventory of office and warehouse emergency preparedness equipment, ensure operability, identify missing and damaged equipment and update inventory hand receipts. (2) Database Management: Maintain and update emergency equipment Excel database used to track inventory, expiration dates and report operational capability. Data is stored by office, by building and by expiration date. Input of raw data into database for management of onsite and warehouse emergency equipment levels and develop reports. (3) Technical Support: Provide expert knowledge on emergency preparedness equipment, maintenance, repair, programming and training support to offices as needed. This requires a high degree of knowledge and first hand experience in the areas of, but not limited to, OSHA compliance and life safety code; risk assessment; weapons of mass destruction preparedness, personal protective equipment, decontamination and logistics management. Assistance in planning and product procurement for related emergency preparedness functions of the SAA. (4) Emergency Preparedness Equipment Storage/Maintenance: Storage of inventory supplies, escape hoods and related emergency preparedness equipment at contractor site. (5) Maintenance of training equipment: Cleaning and maintenance of emergency equipment used for training purposes as needed. (6) Provide Emergency Preparedness Equipment: Assessment of new capabilities and acquisition of emergency preparedness equipment (as directed), including but not limited to, ILC Dover SCape and Baby SCape hoods, PB&R Essex Victim Rescue Unit Plus, Motorola Wireless emergency annunciators IV and V, and Emergency Supplies Kits to include, rolling backpack, emergency food and water, light and sound generating devices, first-aid and life safety supplies, emergency egress supplies, inclement weather exposure protection, respiratory protection, relocation supplies, and communication supplies. (7) Senate Office Moves: Provide additional staffing on an as needed basis for assisting the SAA to retrieve, relocate, reinstall, conducting spot inventories and return to stock emergency preparedness equipment. (8) Emergency Support: Support during a declared emergency or crisis in which the Contractor may be required to perform the contracted for services under the following circumstances: outside of normal business hours; while the normal operations of the Senate are disrupted; while Senate facilities are closed, or at alternative locations not designated under the Contract. REQUIREMENTS: The Senate is seeking vendors who can meet its needs using commercial practices performing under 1) fixed-price, fully burdened fixed labor hourly-rates (inclusive of travel, material and ODCs) to perform services on a time and materials basis. The vendors must be located no more than 80 miles driving distance to the United States Capitol Building. In responding to this SSN, state your qualifications to perform each of the mandatory and optional requirements listed above. Your response to each requirement must include paragraph numbering identifiable to requirements listed above. In addition, submissions must include: a) past performance experience/information for a minimum of three contracts of similar scale, less than two (2) years old that involve use of capabilities and products relevant to those necessary for the Senate=s requirements, including contract number, customer name and address, and brief synopsis of work performed relevant to requirements 1-8 listed above, b) description of capabilities to support the Senate?s ability to execute emergency preparedness functions under the Congressional Accountability Act of 1995, OSHA 1910.38 <http://www.compliance.gov/emergency/emergencyprep.html>, continue essential functions under a business continuity plan which is modeled on Federal Preparedness Circular ? 65, Federal Executive Branch Continuity of Operations (FPC-65), dated June 15, 2004 <http://www.fema.gov/txt/library/fpc65_0604.txt>, and c) organizational information including your Dun and Bradstreet number and point of contact with telephone, fax and e-mail address. After receipt and review of the responses to this SSN, the SAA intends to issue a solicitation. The information contained in this notice will be the only information provided by the Senate during the Sources Sought process. All qualified sources should respond to this Market Survey - Sources Sought by submitting an information package in accordance with the instructions provided. Vendors responding to this notice and deemed qualified by the SAA may be requested to submit a proposal in response to a solicitation. Only firms deemed qualified will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation during the second quarter of Fiscal Year 2007. Neither the SAA nor the Senate will be responsible for any costs for the preparation of responses to this request. INSTRUCTIONS: Responses to this Market Survey-Sources Sought request are due to the POC no later than March 15, 2007, at Noon EST and shall be submitted electronically via email only to the attention of Jill T. Johnson at acquisitions@saa.senate.gov. The subject line of the email message shall be: SSN 2007-S-024 Emergency Preparedness Equipment and Support. No other method of transmittal will be accepted. The response shall not exceed twenty-five (25) pages. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the SAA to information in any files attached to the response is the responsibility of the submitting party. Neither the SAA nor the Senate is responsible for any failure to access vendor?s information. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR SENATE. ANY REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
- Place of Performance
- Address: Senate Office Building, Washington, DC
- Zip Code: 20510
- Country: UNITED STATES
- Zip Code: 20510
- Record
- SN01234307-W 20070218/070216223531 (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 |