Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOURCES SOUGHT

G -- Weapons of Mass Destruction (WMD) Medical Response Team

Notice Date
7/15/2009
 
Notice Type
Sources Sought
 
NAICS
624230 — Emergency and Other Relief Services
 
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
NDMS-01
 
Archive Date
9/1/2009
 
Point of Contact
Michele Namoski, Phone: 301-443-2475
 
E-Mail Address
SHELLEY.NAMOSKI@PSC.HHS.GOV
(SHELLEY.NAMOSKI@PSC.HHS.GOV)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), REQUEST FOR QUOTES (RFQ), REQUEST FOR APPLICATION (RFA) OR AN ANNOUNCEMNT OF A SOLICITATION AND DOES NOT ASSUME THE GOVERNMENT WILL AWARD A CONTRACT OR PROCEED WITH ANY OF THE ABOVE SOLICITATIONS IN THE NEAR FUTURE. THIS NOTICE IS ONLY FOR MARKET RESEARCH PURPOSES. Based on capability statements received from this announcement, this acquisition may be solicited as a 100% Small Business Set-Aside or as a full and open competition. All Small Business Concerns, including 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women owned small business are encouraged to respond to this notice. The U.S. Department of Health and Human Services (DHHS), Program Support Center, Division of Acquisition Management intends to issue a Request for Proposal (RFP) in the future on behalf of the DHHS, Office of the Secretary, Assistant Secretary for Preparedness and Response (ASPR) Office of Preparedness and Emergency Operations (OPEO) National Disaster Medical System (NDMS) Operations. The Division of Acquisition Management is seeking capability statements from qualified organizations with the core capability to meet the mission of providing mass or individual decontamination of victims within the National Capital Region contaminated by chemical, biological, or radiological agents; provide medical care and/or stabilization for these victims; assist in triage and treatment before and after decontamination; provide technical assistance to local EMS officials; and, pre-deploy when directed, as a result of a credible or potential terrorist threat. Due to the location of the center of government in Washington, DC, a specialized WMD medical response team is required to support the Federal response to a terrorism incident within the Washington, DC metropolitan area. The Washington Metropolitan area is defined by the Metropolitan Washington Council of Governments as the National Capital Region (NCR), which is in turn defined as the following jurisdictions: The City of Alexandria, Arlington County, The District of Columbia, Fairfax County, Loudoun County, Montgomery County, Prince George’s County, Prince William County, and all included municipalities. OPEO/NDMS has awarded a preparedness contract with the Arlington County Fire Department (ACFD) to be prepared to provide a WMD response in the NCR. This contract will expire on December 18, 2009. The purpose of the new requirement is twofold: To assure the readiness of the qualified organization so that it is prepared to provide qualified, competent personnel in support of ASPR/OPEO response requirements under the National Response Framework (NRF). This includes preparations for incidents involving WMD, National Special Security Events (NSSEs) and/or other designated major disasters, or emergencies, including public health emergencies. This contract enables the qualified organization to maintain a condition of high operational readiness and identifies key areas for organizational personnel to focus continued preparedness efforts. The second purpose is to facilitate the deployment and services of the qualified organization in support of public health emergencies (PHE), National Special Security Events (NSSEs), and other special events in the National Capital Region. The contract sets forth the requirements for activation, response, command and control, and reimbursement for services of the qualified organization during special events, public health emergencies, and periods of heightened readiness for potential terrorist attacks, in particular, for the response to WMD incidents. When directed by the Contracting Officer, the qualified organization shall pre-stage or deploy personnel and material for immediate use in responding to a WMD or mass casualty incident within the NCR. The qualified organization enters into this contract to meet the following objectives: provide definitive administrative and program management, support, training, and equipment cache preparedness, and to provide for cache maintenance and storage, as specified under the contract. The organization shall be responsible for maintaining all team equipment and supplies. The procurement of all organizational cache equipment and pharmaceuticals is the responsibility of OPEO Logistics. Requirements for storage of the equipment cache may differ according to contract options exercised and availability of organization-owned space. Minimum requirements a.) The organization is required to be prepared to initiate a response within 2-hours of receiving the Activation Order for an incident within the Washington, DC, metropolitan area. b.) The organization shall provide at least 75 deployable personnel for an actual response or National Special Security Event (NSSE). c.) Provide sufficient staff for management and administration of the organization’s day-to-day activities to accomplish required supervisory, administrative, training, and logistical duties. Primary tasks include: 1) Program management, 2) Administrative support, 3) Training coordination, instruction and support, 4) Logistics management and accountability d) Maintain a system to manage (control, use, preserve, protect, repair and maintain) Government property in its possession. Within 180 days of the contract award date, ensure that all of the organization’s members shall have completed the requirements below. Each team member must maintain a printed certificate of completion in their team personnel file or through their respective jurisdiction for each required course. The following on-line courses are required: ICS 100, ICS 200, ICS 700, ICS 800. State-offered NRF, NIMS or equivalent certificates may be substituted for the specified courses. Ensure the organization’s personnel have the required current medical credentials. OPEO/NDMS will provide credential requirements in writing to the organization within 60 days of the contract award date. The organization accepts each individual jurisdictional requirement necessary to maintain certification in member’s respective disciplines. It is the responsibility of each jurisdiction to notify the organization should one of their members not maintain their certifications or credentials. Conduct medical screening of team personnel, as required by OSHA and other relevant regulations, and when not part of the individual’s normal work responsibilities. Store and maintain the organizational equipment cache in a state of readiness for rapid deployment. The organization shall ensure quality assurance procedures are followed and shall maintain the organizational team cache, along with team medical supplies and team pharmaceuticals. This cache shall be designated and approved by OPEO/NDMS. The cache shall be stored on organization-managed property or an HHS-controlled site designated by OPEO/NDMS. The organization shall organize all quantities of supplies and material for the organizational cache in standardized storage configurations that are consistent with temperature, moisture, and light exposure specifications of the various products. This is important in order to guarantee product integrity as well as timely and efficient deployment. When equipment is stored in organization-owned or leased facilities, provide for the physical security of the cache, which shall be secured in accordance with applicable organizational security procedures and physical security requirements. Receive, store, and issue controlled substances, in accordance with all applicable Drug Enforcement Administration (DEA) regulations, any other applicable laws, and any applicable policies for pharmaceutical product storage. Equipment and vehicles purchased with Federal funds or provided by HHS/OPEO/NDMS shall be for the exclusive use of the program and shall not be used for normal day-to-day operations of any other participating agency or entity. Use of this equipment or vehicles for a local or regional response may be requested by the organization, with the concurrence of OPEO/NDMS. Please note that failure to specifically address each of the items below in your capability statement may affect further consideration of your capability to successfully perform the requirement. The capability statement shall be in sufficient enough detail so that the Government can determine the capability of your firm. The capability statement must specifically address ALL of the following information; otherwise no further evaluation of your capability statement will be performed. (1) List any comparable experience in the past five years (2) What past or current experience does your organization have in oversight and management of subcontractors? (3) Does your organization have the fiscal systems, financial capacity and organizational capacity to operate a program of this size and scope? (4) Provide sufficient staff for management and administration of the organization’s day-to-day activities to accomplish required supervisory, administrative, training, and logistical duties. (5) Does your organization have the capacity and ability to maintain payroll and employee benefits, monitor accounting, accounts payables, accounts receivables, and procurement procedures in accordance with federal regulations? (6) Does your organization have the ability to deploy a team of up to 75 within two hours of being notified? The anticipated period of performance for this contract is one 12 month base period and the potential of four additional option periods for a total of 60 months. Interested organizations should submit their written capability statements by 10:00 a.m. on August 17, 2009 by email to the Contracting Officer at the following e-mail address: snamoski@psc.gov and pscacquisitions@psc.gov. For any questions, please contact the Contracting Officer at (301) 443-3337 or at the above e-mail address’s. Capability statements will not be accepted after the due date. Page Limit is 25 pages. No facsimile transmissions will be accepted. See Numbered Note 25. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Capability statements must also include the following information: company name, address, point of contact, phone/fax/email, and business size and status (e.g., small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women owned small business). THIS IS NOT A REQUEST FOR PROPOSAL AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT NOW OR IN THE FUTURE NOR OTHERWISE PAY FOR PREPARING ANY INFORMATION SENT OR THE GOVERNMENTS USE OF THE INFORMATION. Any proprietary information should be so marked. No solicitation is available at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/NDMS-01/listing.html)
 
Place of Performance
Address: Within the National Capital Region, Washington, District of Columbia, 2000, United States
 
Record
SN01875929-W 20090717/090715235635-9507f02b034f347642f23668ab81c08f (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  © 1994-2020, Loren Data Corp.