Inactive
Notice ID:70FA4020I00000004
REQUEST FOR INFORMATION (RFI) RFI#: 70FA4020I00000004 Title: AED Management and CPR Training Overview: The United States Department of Homeland Security (DHS), on behalf of the Federal Emergency Manag...
REQUEST FOR INFORMATION (RFI) RFI#: 70FA4020I00000004 Title: AED Management and CPR Training Overview: The United States Department of Homeland Security (DHS), on behalf of the Federal Emergency Management Agency (FEMA), intends to procure Automated External Defibrillator (AED) management and CPR training for the Automated External Defibrillator-Cardiopulmonary Recitation (AED-CPR) Program. This is a market survey/sources sought notice for informational purposes only and shall not be construed as a Request for Proposal. FEMA is issuing this Request for Information (RFI) in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. AED is a medical device that analyzes the heart s rhythm, if necessary; it delivers an electrical shock, known as defibrillation, which helps the heart re-establish an effective rhythm. It is a portable electronic device that automatically diagnoses the life-threatening cardiac arrhythmias of ventricular fibrillation and pulseless ventricular tachycardia in a patient, and is able to treat them through defibrillation, the application of electrical therapy which stops the arrhythmia, allowing the heart to reestablish an effective rhythm. An AED is the only effective treatment for restoring a regular heart rhythm during sudden cardiac arrest and is an easy to operate tool for someone with no medical background. The scope of this effort falls in line with FEMA’s mission, goals, and objectives in support of providing a proper Management System and CPR training for employees. Requirement: FEMA intends to award a Firm-Fixed Price (FFP) contract for a qualified source to manage FEMA’s agency wide AED Program to include locations within the Continental United States (CONUS) including the US Territories, and commonwealths. If a solicitation is posted, the make, model and location of the AEDs will be provided. The Contractor shall be required to obtain a licensed Medical Director (MD) capable of providing medical prescriptions for AED usage at all locations. The MD shall be available for consultation as needed, both telephonically and offers on call services. The contractor must be in compliance with all DHS Directives #66-07 (Public Access to Defibrillators (PAD)Programs in Federal Agencies to include but not limited to: Medical Oversight and authorization to include: Prescriptions for all AEDs Oversight of rescue protocols Hard copy report of findings delivered to FEMA DSOB for DHS Medical review. AED Loaner Program Review report and provide phone consultative services post AED Use CPR/AED/BBP/FA Training Estimated Period of Performance: The estimated period of performance will consist of a 12-month base period and four (4) 12-month option periods from the date of award. However, the Government's decision as to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. This notice is for planning purpose only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. Submission of Capability Statements: Interested vendors are encouraged to submit their capability statements outlining their experience in providing the requested services. Vendors are responsible for all costs for submitting their capability. No telephone calls in reference to this announcement will be accepted or acknowledged. Formal communications such as requests for clarification and/or information or questions concerning this notice should be submitted via email to the Contracting Officer, Janice F. Joseph, at Janice.Joseph@fema.dhs.gov. Interested parties shall submit a Capability Statement not to exceed 5 single-sided, type-written pages (excluding Cover Sheet) using 12-point type or larger. Due Date/Time: Friday March, 27, 2020 @ 3:00 pm (EST) RFI# 70FA4020I00000004: Email responses shall be clearly identified with RFI number listed in the Subject Line Cover Sheet shall include: DUNS# Company Name and Address Point of Contact: email address and phone number Website (if applicable) Vendor should not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned.