Kentucky Bids > Bid Detail

AED Maintenance Services for LRL Health Unit

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159376779466829
Posted Date: May 18, 2023
Due Date: May 22, 2023
Solicitation No: W912QR23R4937
Source: https://sam.gov/opp/863b619a96...
Follow
AED Maintenance Services for LRL Health Unit
Active
Contract Opportunity
Notice ID
W912QR23R4937
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 18, 2023 11:29 am EDT
  • Original Response Date: May 22, 2023 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Louisville , KY 40202
    USA
Description



REQUEST FOR INFORMATION



The Government is issuing this Request for Information to determine a competitive basis for the procurement described. This is not a solicitation. No reimbursement will be made for any costs associated with providing information in response to this survey. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information.



REQUIREMENT



The U.S. Army Corps of Engineers (USACE), Louisville District, anticipates a requirement for provide on-site physical inspection, preventative maintenance, and replacement of all disposable supplies on the (6) AEDs owned by the U.S. Army Corps of Engineers in the Ron Mazzoli Federal Building located at 600 Dr. Martin Luther King Jr. Place, Louisville, KY 40202.. The estimated magnitude of this acquisition is expected to be approximately $25,000.00.



DESCRIPTION (Draft Scope of Work)



Purpose:




  • Establish agreement with company to provide on-site physical inspection, preventative maintenance, and replacement of all disposable supplies on the (6) AEDs owned by the U.S. Army Corps of Engineers in the Ron Mazzoli Federal Building located at 600 Dr. Martin Luther King Jr. Place, Louisville, KY 40202.



Service Agreement To Include:




  • Provide licensed medical physician for over-sight post event.

  • At least annual on-site physical inspection of our (6) AEDs by a service technician per manufacturer guidelines.

  • Preventative maintenance as required by manufacturer guidelines to include, but not limited to:

    • Check the integrity and function of the pads and circuitry.

    • Check the integrity and capacity of the intellisense lithium battery.

    • Check the integrity of the service indicator (LED) and circuitry.

    • Check the integrity of the case for any visible signs of stress.



  • Replacement of any and all disposables as needed (pads, batteries and rescue kit).

  • Post event download of data and replacement of supplies used during event.

  • Documentation of service visit with report submitted to the Occupational Health Unit at the conclusion of the service visit.



Replacement of Disposable Supplies:




  • If any of the disposable supplies are due to expire within the year, the service technician will replace:

    • The expiring Intellisense lithium battery for any of the (6) AEDs.

    • The expiring adult defibrillation pads for any of the (6) AEDs and expiring pediatric defibrillation pads for either of the (2) AEDs that have them.



  • The cost of the replacement parts shall be included in the quoted price for the annual maintenance agreement.



Post Event Service and Supply Replenishment




  • Following notification of an emergency event, a technician will visit site.

    • Data will be downloaded from AED and electronically transmitted to Medical Director for analysis and report creation. A written report of the event data will also be provided to the Medical Director.

    • AED will be tested and supplies replenished as needed. All supplies used or expired replenished. The cost of the replacement parts shall be included in the quoted price for the annual maintenance agreement.





Location of AEDs serviced in Ron Mazzoli Federal Building:




  • 1st Unit – Health Unit, Rm. 138, Powerheart G3 (Model No. 9300A-401), SN: 4032997

  • 2nd Unit – 1st Floor, Service Elevator, Powerheart G3 (Model No. 9300A-801), SN: 394019

  • 3rd Unit - 3rd Floor, Service Elevator, Powerheart G3 (Model No. 9300A-401), SN: 4032874

  • 4th Unit – 7th Floor, Service Elevator, Powerheart G3 (Model No. 9300A-801), SN:394040

  • 5th Unit – 9th Floor, Service Elevator, Powerheart G5 (Model No. G5A-80P1), SN:D00000024881

  • 6th Unit – Basement Fitness Center, Powerheart G3 (Model No. 9390A-501), SN: 4324128



Initiation of Service:



To begin immediately.



Invoice ANNUALLY following inspection of our six (6) AEDs:




  • Base Year (upon annual services rendered)

  • Option Year 1 (upon annual services rendered)

  • Option Year 2 (upon annual services rendered)

  • Option Year 3 (upon annual services rendered)

  • Option Year 4(upon annual services rendered)



Send invoices to:




  • U.S. Army Corps of Engineers



Occupational Health Unit, Christene Tomlin, Rm. 138



P.O. Box 59



Louisville, KY 40201-0059



SECURITY REQUEST:




  1. General security requirements and guidance: The security requirements described below apply to all contract personnel (including employees of the prime Contractor (“Contractor”) and all subcontractor employees) supporting the performance requirements of this contract. The Contractor is responsible for compliance with these security requirements. Questions regarding security matters shall be addressed to the designated Government representative (e.g., Contracting Officer Representative (COR), Requiring Activity (RA) representative, or Contracting Officer (if a COR or other RA representative is not appointed)). Contract personnel are critical to the overall security and safety of US Army Corps of Engineers (USACE) installations, facilities and activities, and security awareness training contributes to those efforts. The Department of Defense (DoD) and Army security training requirements specified below, if applicable, are performance requirements; all applicable contract personnel shall complete initial training within 30 days of contract award or the date new contract personnel begin performance on the contract. Within five business days from the completion of training, the Contractor shall provide written documentation (e.g., email or memorandum) to the Government representative. The documentation shall include the names of contract personnel trained and which training they completed; the Contractor shall maintain training records as part of their contract files and be prepared to provide copies of training certificates to the Government representative. Contractor personnel and vehicles are subject to search when entering federal installations. Additionally, all contract personnel shall comply with Force Protection Condition (FPCON) measures, Random Antiterrorism Measures (commonly referred to as “RAMs”), and Health Protection Condition (HPCON) measures. The Contractor is responsible for meeting performance requirements during elevated FPCON and/or HPCON levels in accordance with applicable RA plans and procedures --this includes identifying mission essential and non-mission essential personnel. In addition to the changes otherwise authorized by the changes clause of this contract, should the FPCON or HPCON levels at any individual facility or installation change, the Government may implement security changes that affect contract personnel. The Contractor shall ensure all contract personnel are aware of their security responsibilities, including any site-specific requirements identified in local policies or procedures.






  1. Physical security and access control requirements: All contract personnel requiring physical access to a federal installation or facility shall comply with the access control procedures of that location. Contract personnel requiring unescorted access to meet contract performance requirements on a DoD installation in the US shall be vetted by the installation/facility Provost Marshal/Directorate of Emergency Services/Security Office using the National Crime Information Center-Interstate Identification Index (commonly referred to as “NCIC-III”) and Terrorist Screening Database (commonly referred to as “TSDB”). Contract personnel shall comply with all personal identity verification requirements specified in installation/facility policies and procedures. Contract personnel who do not meet requirements for unescorted access to USACE facilities shall coordinate escorted access with the Government representative, as needed. Contract personnel who receive keys, access cards, or lock combinations that provide access to government-owned property shall comply with key and lock control procedures of the RA.






  1. Suspicious Activity Reporting training (e.g. iWATCH, CorpsWatch, or See Something, Say Something): All contract personnel shall receive initial and annual refresher training from the RA representative on the local suspicious activity reporting program. This locally developed training provides contract personnel with general information on suspicious behavior, and guidance on reporting suspicious activity to the project manager, security representative or law enforcement entity.






  1. Pre-screen candidates using E-Verify Program: Contractors shall comply with the requirements set forth in FAR clause 52.222-54 Employment Eligibility Verification and FAR Subpart 22.18 in using the E-Verify Program at (https://www.e-verify.gov/) (website subject to change) to meet the contract employment eligibility requirements. Contractors are encouraged to cooperate with Federal and State agencies responsible for enforcing labor requirements to include eligibility for employment under United States immigration laws in accordance with FAR 22.102-1(i). An initial list of verified/eligible candidates shall be provided to the COR no later than three business days after the initial contract award. When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, and submit it to the Contracting Officer to become part of the official contract file.





SUPPLEMENTAL SECURITY REQUIREMENTS





All Contractors and subcontractor employee(s) working on this contract who require access to any Louisville District Lake Projects and Lock and Dam Projects shall receive authorization to be on site at these facilities based upon a favorable background investigation in accordance with “Homeland Security Presidential Directive 12: Policy for a Common Identification Standard for Federal Employees and Contractors” (HSPD 12). The Louisville District Security Management Office shall submit contractor(s) personal information to complete the basic background investigation in order to make a recommendation to the Contracting Office of an employee’s suitability for work on Government property. The Procuring Contracting Officer (PCO) has the right to deny any contractor or subcontractor employee from working on the contract based upon the results of the background investigation provided by the Louisville District Security Office. The Government, Contractor, and subcontractors shall not permit any employee(s) access to drawings, blueprints, records, photos, sites, or projects until the Louisville District Security Management Office has completed an Operations Security (OPSEC) review of such items and determined they can be released.





FOR ALL LOUISVILLE DISTRICT CONTRACTS:





Contractors shall submit a complete investigation packet for each contractor and subcontractor employee to the Louisville District Security Management office within 10 working days after award of any contract, or prior to the individual being permitted access to Louisville District facilities.





The Contractor must also provide the following: (1) Name of the Contract Specialist with whom he/she is working,



(2) Project Name, (3) Contract Number (4) Task Order Number when applicable, and (5) US Citizens Security Access Form or Pre-Bid/Site Visit Form; each employee working on site must have a background investigation form submitted directly to the Louisville District Security Office.





The Contractor must provide a full legal name, complete SSN#, Date of Birth, Place of Birth (City and State) and Driver’s license number if available. It is the Contractor’s responsibility to ensure the above information is accurate and legible, otherwise delays may occur.





Contractors shall have background checks completed for their employees annually in the case of Contracts with an initial period of performance (POP) greater than 1 year and those Contracts with Options or Modifications Which Extend the POP beyond 1 year. For instance, if the employee was cleared in May of 2022, they shall be cleared again in May of 2023. It is the Contractor’s responsibility to ensure that each employee’s security is up to date. Failure to comply may lead to possible removal from the project/jobsite.





The Contractor must ensure if new employees are brought in to work on an existing Contract with the U.S. Army Corps of Engineers (USACE), they must process the employee through the Louisville District USACE Security Office for background purposes.





FOR CONTRACTORS REQUIRING DOD COMMON ACCESS CARDS (CAC)





The documents listed below are required:



SF 85, Questionnaire for Non-Sensitive Positions (see http://www.opm.gov/forms/ to print form). Fingerprints are captured electronically at the closest Army Recruiting Station to the contractor’s home of record or at the USACE, Louisville District Security Office.





Contractor shall report any changes in personnel, or at any time conditions change at least 5 working days prior to individual(s) need to have access to the site. The Contractor shall provide the same information as listed above for all new employees.





Following submission of paperwork, the Louisville District Security Office will conduct an initial criminal check based upon the information provided. If there are no issues, the Louisville District Security Office will make recommendations to the PCO or their Designated Representative. The Louisville District Security Office cannot give approval due to unfavorable report(s). The Louisville District Security Office shall coordinate with Office of Counsel and will jointly make recommendations to the PCO and/or the Designated Representative should a background investigation come back with derogatory information. The PCO will make the determination whether to allow the Contractor personnel to work on the site based on Security and Office of Counsel recommendations, and the PCO will advise the Contractor of the decision.





FOREIGN NATIONALS





The Contractor shall provide the package listed above, as well as additional materials noted below for all Foreign Nationals. The Contractor is to expect additional time in the approval process for all Foreign Nationals due to the level of review and elevation of the review to Headquarters staff to complete. All Foreign Nationals must comply with the following paragraph:





In accordance with Engineering Regulation 380-1-18, “Technology Transfer, Disclosure of Information and Contacts with Foreign Representatives” dated 1 August 1996, Section 4, all foreign nationals who work on Corps of Engineers’ contracts shall be approved by the Headquarters US Army Corps of Engineers (HQ USACE) Foreign Disclosure Officer before beginning work on this contract; this regulation includes subcontractor employees. The Contractor shall submit to the Security Management Office, the names of all foreign nationals proposed for performance under this contract, along with documentation to verify legal admittance into the United States. Such documentation shall include at least one of the following: a U.S. passport, Certificate of U.S. Citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), Alien Registration Card with photograph (INS Form I-151 or I-551), Employment Authorization Card (INS Form I-688A), etc.





In order to assure forms are properly completed, and to minimize time delays, the Contractor is encouraged to work closely with the Louisville District Security Office. The Government will return for correction incomplete forms, illegible forms, etc. which will delay the contractor / subcontractor from beginning work.





Security requirements are subject to change in accordance with HSPD-12, Office of Personnel Management, regulation or policy changes, etc. The Government shall add any changes to security requirements by modification to the contract.





The Contractor shall contact the Louisville District Security Office by phone, letter, or email at the following numbers/addresses:





CELRL-SC



600 Martin Luther King Jr. Pl



Louisville, KY 40202





Charles R. Tanner, phone (502) 315-6929; email Charles.R.Tanner@usace.army.mil



James R. Milner, phone (502) 315-6916; email James.R.Milner@usace.army.mil



Jason Almodovar, phone (502) 315-6754; email Jason.Almodovar@usace.army.mil









Point of Contact regarding AEDs in Ron Mazzoli Federal Building:



Christene Tomlin



Occupational Health Nurse Manager



U.S. Army Corps of Engineers, Louisville District



600 Dr. Martin Luther King Jr. Place, Rm. 138



Louisville, KY 40202-2239



Phone: 502-315-7071



christene.v.tomlin@usace.army.mil





OR





Jeremy Ball



Chief, Safety & Occupational Health Office



U.S. Army Corps of Engineers, Louisville District



600 Dr. Martin Luther King Jr. Place, Rm. 139



Louisville, KY 40202-2239



Phone: 502-315-7061



Jeremy.l.ball@USACE.ARMY.MIL



*Please note that the specifics of this description are subject to change.*



The anticipated NAICS code is 334510, – Electromedical and Electrotherapeutic Apparatus Manufacturing





SURVEY



The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information.



Your response to this survey is requested by 10:00 AM Eastern Time, March 22, 2023. Please send by email to Brennan M. Poole at Brennan.M.Poole@usace.army.mil.



Include the title "Sources Sought– LRL Health Unit AED Maintenance Services” as the subject line in



email communications. All submitted responses must be in either Microsoft Word or Adobe pdf format.



1) Name of your firm:



2) CAGE Code:



3) Point of Contact, Phone number and EMAIL address:



4) Please provide responses to the following:



Provide technical capability (in the form of prior experience or other), in the following scope areas:




  • Provide licensed medical physician for over-sight post event.

  • At least annual on-site physical inspection of our (6) AEDs by a service technician per manufacturer guidelines.

  • Preventative maintenance as required by manufacturer guidelines to include, but not limited to:

    • Check the integrity and function of the pads and circuitry.

    • Check the integrity and capacity of the intellisense lithium battery.

    • Check the integrity of the service indicator (LED) and circuitry.

    • Check the integrity of the case for any visible signs of stress.



  • Replacement of any and all disposables as needed (pads, batteries and rescue kit).

  • Post event download of data and replacement of supplies used during event.

  • Documentation of service visit with report submitted to the Occupational Health Unit at the conclusion of the service visit.



5) Do you have capability to provide services for one base year plus option years?



6) Outline experience working with AED Machines. Include scope, value and duration.



7) Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)?



8) For this requirement, what percentage of this work would you potentially subcontract and utilize small business?



9) If this requirement is advertised, do you anticipate submitting a proposal?



10) What evaluation criteria would your firm view as the most advantageous to the Government in ensuring the best value to the Government is achieved.



11 ) Please provide any additional information you feel is necessary.



Any questions on this Sources Sought should be submitted Brennan Poole, Contract Specialist, at brennan.m.poole@usace.army.mil.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 18, 2023 11:29 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >