Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
SOURCES SOUGHT

U -- Automated External Defibrillator Program, Services and Supplies

Notice Date
5/9/2012
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Midstates (OS:A:P:B:M), 4050 Alpha Road, 1800 MSRO, 9th Floor, Dallas, Texas, 75244-4203
 
ZIP Code
75244-4203
 
Solicitation Number
J-2-J1-01-WL-C00-000
 
Archive Date
6/8/2012
 
Point of Contact
Carla D Griffin, Phone: 972-308-1882, Bernadette Briggs, Phone: 972-308-1938
 
E-Mail Address
carla.d.griffin@irs.gov, Bernadette.Briggs@irs.gov
(carla.d.griffin@irs.gov, Bernadette.Briggs@irs.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 the following: 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 business; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and 3.) the 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 The Internal Revenue Service (IRS) has established an Automated External Defibrillator (AED) program in its workplace. AEDs are specialized medical devices designed to recognize and treat certain lethal heart rhythms in the setting of cardiac arrest. IRS is conducting market research to identify a socio-economic organization that can provide Instructor-Led Training, data management, and Training Aids and Devices in approximately 203 locations within the 48 continental United States, Alaska, Hawaii, and Puerto Rico. PROJECT REQUIREMENTS The contractor shall provide the following services: A. Bloodborne Pathogens (BBP)/Cardiopulmonary Resuscitation (CPR)/AED Training and Logistical Support: The contractor shall assist the agency in training by securing a training vendor who will provide on-line and on-site training. The training will take place onsite at the locations where the equipment is located. AED responder training will be based on the American Heart Association, American Red Cross or other nationally recognized training module as approved by the Contractor's AED Medical Director. Certification records will be provided to the AED contractor by the training vendor. These records will also be available to the IRS COR and IRS AED Program Manager on-line. All certifications, resumes and training (to include refresher training) certifications will need to be submitted to the COR. All AED Responder certifications must be provided to the COR, Contract Officer (CO) and Contract Specialist. All certification training must meet all federal, state and local laws. B. Two training webinar sessions per year for Site Coordinators. C. Medical oversight by the contractor's AED Medical Director shall include: • Assuring that all AED devices are properly deployed according to Federal Drug Administration regulations; • Evaluate each facility, as needed, for the purpose of making recommendation regarding the number and location of AEDs at such facility intended to comply with American Heart Association's ("AHA") "3 Minute Response Time" guideline. The results should be compiled in a comprehensive report available at an organization or site level. • providing guidelines for monitoring and maintenance of AED equipment; Assuring that all AED responders are properly trained; • Being available to respond to questions and providing feedback to responders on advances in AED delivery and overall trends of AED use; • Responding to critical incidents: For each critical event to which the AED is used, the contractor's AED Medical Director will provide an analysis and written report including recommendations after reviewing the incident report, AED unit's and any other relevant information. D. Consultative Services: Review and consultative services from the contractor's AED Medical Director. IRS may select a second vendor to do peer reviews of an AED incident report. E. Equipment/Supplies: The contractor shall order the agency's additional AED devices with all the necessary accessories to fully equip such unit. This will include all needed accessories, back-up batteries, additional defibrillation pads, and carrying case, AED trainer unit, manikin, wall cases, and AED accessory kits as needed. The contractor will reorder supplies necessary to keep the AED unit functioning at all times. Order routine supplies 3 months prior to expiration date. F. An AED Program Manager shall provide consultative services. This person shall advise sites on the addition and movement of AED devices as needed. The contractor shall develop and implement a battery recycle plan as a part of the contract. Forms for program use are attached. G. The contractor shall create and manage an online management system for the AED program. The system shall support approximately 10,000 users and 500 simultaneous logons. The online system shall provide automatic replacement of expiring or used AED supplies and accessories. The contractor shall input and maintain detailed device tracking and employee training records. Placement locations, serial numbers, lot codes and expiration dates of all AEDs and accessories will also be maintained. Employee AED/CPR training records are maintained with automatic email notification of expiring certifications. Contractor shall provide trained employees with automatic notification to participate in interactive scenario based training to refresh skills and document successful completion. The site assessment and protocol shall be completed by the vendor and uploaded into the database for each location. Online tool should provide different levels of access based on needs of the agency. Also, the online system should provide maintenance reminders to site coordinators for monthly inspections of the AEDs and supplies with the ability to print as needed. H. Key Personnel AED Program Medical Director: This person shall be a Board Certified Clinical Licensed Physician that is knowledgeable of the laws in each state. The contractor shall provide an AED Program Medical Director to provide physician oversight over the AED Program. The AED Medical Director shall provide medical consultation and expertise regarding AED use; establish AED response protocols; review all incidents involving the use of an AED and oversee medical care that is rendered through the program, including review of all responses to medical emergencies. The AED Medical Director should possess appropriate medical training and current medical licensure. INFORMATION SUBMISSION INSTRUCTIONS 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 that meet the above requirements should submit a cover letter along with a capability statement not to exceed ten (10) pages. The capability statement should demonstrate the 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 Central, May 24, 2012. 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. Contracting Office Address: IRS Midstates Procurement Office 4050 Alpha Road, MS 1045NDAL Dallas, TX 75244 Primary Point of Contact: Carla Griffin Carla.D.Griffin@irs.gov Phone: 972-308-1882
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSMPBAPFMS/J-2-J1-01-WL-C00-000/listing.html)
 
Place of Performance
Address: Nationwide, United States
 
Record
SN02744017-W 20120511/120510000043-08f9f8c32549f169424e165835977731 (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.