Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOURCES SOUGHT

42 -- EMERGENCY PREPAREDNESS EQUIPMENT AND SUPPORT

Notice Date
2/13/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207, United States
 
ZIP Code
20510-7207
 
Solicitation Number
2012-S-030
 
Archive Date
3/27/2012
 
Point of Contact
Nicole A. Barnes,
 
E-Mail Address
acquisitions2012@saa.senate.gov
(acquisitions2012@saa.senate.gov)
 
Small Business Set-Aside
N/A
 
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 Continuity and Emergency Preparedness (CEPO) within the SAA has a broad range of responsibilities that include providing emergency preparedness equipment for distribution throughout the U.S. Senate. Currently the Senate emergency portfolio includes ILC Dover Scape CBRN30 escape hoods, Baby Scape CBRN30 escape hoods, PB&R Essex Victim Rescue Unit Plus smoke hoods, Motorola Wireless Emergency Annunciators- Model V, Emergency Supply Kits, Shelter in Place kits, and ALERTUS beacons. 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 Project Management : Provide full time on-site Project Manager as key personnel. Project Manager is responsible for managing support team, inventory preparation, and execution; developing executive briefings, reports, and standard operating procedures; and providing technical support for emergency equipment. •(2) On-site Logistics Support : Provide necessary staff on-site five (5) days a week for logistics management, equipment delivery, database management, technical support, office moves, and emergency equipment assessment. On-site logistical support will also assist in the annual inventory process along with ensuring continuity of daily support to offices. •(3) Annual Equipment Inventory Support: The Vendor shall plan, coordinate, execute, and provide customer oriented staff for the annual emergency equipment inventory to all Senate offices, off-campus facilities, and on and off-site warehouse storage during the period from July to November. •(4) Emergency Support : Support during a declared emergency or crisis in which the Vendor may be required to perform the contracted services under the following circumstances: during and/or 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 performed under a firm fixed-price contract, containing fully burdened fixed labor hour rates (inclusive of travel, material, and ODCs). The Vendor must be located no more than eighty (80) miles driving distance to the United States Capitol Building. In responding to this SSN, state your qualifications to perform each of the mandatory requirements listed above. Your response to each requirement must include paragraph numbering identifiable to requirements listed above. INSTRUCTIONS: To respond to this Notice, the Vendor must provide the following information along with the requirements above: •1) General Organizational information about your firm, including: Company Name, Address, Point of Contact with Telephone and FAX numbers and E-mail address, GSA Schedule Number (if applicable), DUNS Number, Tax ID Number; •2) Past performance experience/information for a minimum of three (3) 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 listed above, and; •3) Description of capabilities to support the Senate's ability to execute emergency preparedness functions under the Congressional Accountability Act of 1995, OSHA 1910.38, continue essential functions under a business continuity plan which is modeled in the Federal Preparedness Circular- 65, Federal Executive Branch Continuity of Operations (FPC-65)- dated June 15, 2004. NOTE: Responses which do not address the above requirements above will not be considered. 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 2012. Neither the SAA nor the Senate will be responsible for any costs for the preparation of responses to this request. Responses to this Sources Sought request are due to the POC no later than Monday, March 12, 2012, at Noon, and shall be submitted electronically via email only to the attention of Nicole A. Barnes at acquisitions2012@saa.senate.gov The subject line of the email message shall be: SSN 2012-S-030 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/2012-S-030/listing.html)
 
Place of Performance
Address: Washington, DC, United States
 
Record
SN02674202-W 20120215/120213235815-2cc08eabb273fb8d09b2175acd4bd6ba (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.