First Aid Kit Refill and Service
ID: N6426725Q4105Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

All Other Support Services (561990)

PSC

MEDICAL- OTHER (Q999)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking proposals for the refill and service of first aid kits across multiple locations in California. The procurement involves routine inventory and replenishment services for Class A and Class B first aid kits, adhering to ISEA Z308.1-2021 standards, with a service frequency of every eight weeks. This initiative is crucial for maintaining safety and compliance with federal health standards in government facilities. Interested vendors must submit their quotes electronically by August 20, 2025, and ensure they are registered in the System for Award Management (SAM) at the time of submission. For further inquiries, potential offerors can contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil or Remy Oshiro at remy.s.oshiro.civ@us.navy.mil.

    Files
    Title
    Posted
    This document is an amendment to Solicitation/Modification of Contract N6426725Q4105, specifically Amendment No. 0002, issued by the Naval Surface Warfare Center Corona Division. The primary purpose of this amendment is to update Section C (Statement of Work), revise the required response date/time from July 11, 2025, to August 15, 2025, and modify delivery dates for all Contract Line Item Numbers (CLINs). The Naval Surface Warfare Center Corona Division requires routine service for wall-mounted first aid kits and trauma bags at multiple locations. The contractor must provide inventory and replenishment services every eight weeks, adhering to ISEA Z308.1-2021 standards for first aid kit contents. Key requirements include maintaining a place of business within a 60-mile radius of NSWC Corona, demonstrating first aid kit servicing as a core business operation, and complying with stringent security protocols, including background investigations and DBIDS enrollment for personnel. The amendment also details specific delivery schedule changes for CLINs 0001-4003, extending the Period of Performance (POP) dates by approximately one month for each CLIN across all years.
    This document is Amendment 0003 to Solicitation N6426725Q4105, issued by the Naval Surface Warfare Center Corona Div. Its primary purpose is to extend the offer due date and time for the solicitation. The original response date of August 15, 2025, at 3:00 PM has been changed to August 20, 2025, at 3:00 PM. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offer is not rejected. This modification highlights the administrative flexibility in government solicitations to adjust deadlines while maintaining the integrity of the original terms.
    The document details an amendment to a government solicitation for first aid services by the Naval Surface Warfare Center (NSWC), Corona Division. The amendment modifies the response deadline to July 11, 2025, adds a new Contract Line Item Number (CLIN 2002) for first aid kit services, and updates the Statement of Work (SOW) and delivery dates. The core requirement is for a contractor to provide routine inventory and replenishment of first aid kits and supplies across various NSWC locations, ensuring compliance with federal standards. The contractor is responsible for delivering labor, vehicles, and tools, and must operate within a 50-mile radius of the NSWC facility, avoiding subcontracting. The updated specifications outline the required types, quantities, and standards for supplies, along with security protocols for contractor personnel accessing government facilities. Overall, the amendment emphasizes timely response, adherence to safety standards, and comprehensive reporting for both inventory and service completion, reflecting government priorities in health and safety management.
    The document outlines the distribution and types of medical kits, specifically Class A Type I/II (Small), Class B Type I/II (Large), and Trauma Bags, across various locations including NWS Fallbrook, NWS Seal Beach, and NWSSB Norco. The kits are assigned to different primary occupants such as RS, MS, CMD, PA, AR, and 02. NWS Fallbrook primarily utilizes Class A Type I/II (Small) kits, with some Trauma Bags. NWS Seal Beach has a mix of Class A Type I/II (Small), Class B Type I/II (Large), and Trauma Bags. NWSSB Norco has the most diverse and extensive distribution, including all three kit types across various occupants. The document notes that kit locations may change due to upcoming remodeling projects, but the requirement for each kit will remain constant regardless of its temporary placement. This file details the current inventory and distribution of essential medical supplies within these government installations.
    The ANSI/ISEA Z308.1-2021 standard outlines minimum requirements for workplace first aid kits and supplies, revising the 2015 edition. It categorizes kits into Class A (basic) and Class B (broader range for higher-risk environments) and defines four container types based on portability, mounting, and environmental resistance. Notable updates include adding a foil blanket as a mandatory item, specifying tourniquet types, and providing enhanced guidance on bleeding control kits. The standard details minimum quantities and performance requirements for various first aid supplies, from bandages to trauma pads. It also mandates clear labeling for kits, specifying content and compliance information. Appendices offer guidance on first aid guide content, supplemental supplies, ongoing maintenance, and conducting workplace hazard assessments to ensure appropriate first aid provisions.
    This government file is a wage determination for service contracts in Riverside and San Bernardino Counties, California. It outlines minimum wage rates for various occupations, applicable executive orders (EO 14026 and EO 13658) for minimum wages in 2025, and requirements for fringe benefits including health & welfare, vacation, and holidays. The document also specifies conditions for hazardous pay differentials, uniform allowances, and the process for conforming unlisted job classifications and wage rates, emphasizing that job duties, not titles, determine classification. It excludes bona fide executive, administrative, or professional computer employees from certain wage rates.
    The document outlines the process and requirements for registering for a Local Population ID Card or Base Access Pass within the Department of the Navy, aimed at ensuring controlled access to secure facilities. It includes a comprehensive privacy statement, identification proofing requirements, and stipulations regarding the submission of personal information, with the Base Commanding Officer holding final authority over access determinations. Additionally, it emphasizes the importance of providing accurate information and the potential consequences of false statements.
    The government documentation outlines the requirements and distribution of medical kits at various National Weather Service (NWS) locations, with a focus on NWS Fallbrook and NWSSB Norco. It specifies the types and quantities of medical kits needed, including Class A Type I/II (Small) and Class B Type I/II (Large) kits, as well as trauma bags. Each location has a mix of medical supplies designated for use by specific personnel such as "RS" (Response Staff), "MS" (Medical Staff), and "CMD" (Command). Notably, there are plans for potential relocations due to upcoming remodeling projects, indicating that the exact locations may change, but the demand for the kits will remain. The document serves to detail the logistical needs for equipping staff at designated sites with essential medical supplies, reflecting a commitment to preparedness in emergency response. Overall, this procurement is aligned with government efforts to ensure that medical personnel have the necessary equipment readily available to address health emergencies effectively.
    The ANSI/ISEA Z308.1-2021 provides a comprehensive standard for minimum requirements for workplace first aid kits and supplies, aiming to ensure accessibility and adequacy for treating common injuries and sudden illnesses in various work environments. This voluntary consensus standard classifies first aid kits into Class A and Class B based on the complexity and hazards of the workplace, detailing required supplies and their respective quantities. Key updates in this revision include the mandatory inclusion of a foil blanket in both classes and enhanced specifications for tourniquets. It also emphasizes the importance of assessing workplace hazards to determine necessary additional supplies, thereby promoting customized solutions that align with specific risks. Containers for first aid supplies are designated by types to reflect portability, mountability, and environmental resistance. Compliance with this standard is essential six months post-approval, with regular inspections of kits recommended to ensure readiness and adherence to expiration guidelines. This standard serves as a vital reference for manufacturers, employers, and public safety officials involved in procuring or managing first aid resources, ultimately reflecting a commitment to workplace safety and preparedness.
    The document contains the Wage Determination No. 2015-5629 issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits required for various occupations in the California counties of Riverside and San Bernardino. It specifies wage rates based on recent executive orders, including a minimum of $17.75 per hour for contracts initiated or renewed after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. The wage determination outlines specific occupations, their corresponding rates, and required benefits such as health and welfare contributions, vacation, and holiday entitlements. Additional provisions detail requirements for uniform allowances, hazardous pay differentials, and paid sick leave under Executive Order 13706. The document serves as a guideline for contractors involved in federal contracts, emphasizing the importance of compliance with labor standards while providing essential information on employee compensation and rights under the federal contract framework.
    The Naval Surface Warfare Center (NSWC), Corona Division, is seeking routine first aid kit services, including inventory and replenishment, for various locations. This Request for Proposal (RFP) outlines requirements for Class A (small), Class B (large), and Class B (mobile) first aid kits, specifying quantities and an 8-week service frequency. The contractor must adhere to ISEA Z308.1-2021 standards for kit contents and ensure all supplies are unexpired. Key aspects include strict security vetting, compliance with federal, state, and municipal laws, and detailed documentation of services. The contract is a Firm Fixed Price (FFP) type, with inspection and acceptance at the destination by the government. The document also details packaging, marking, and electronic payment instructions via Wide Area WorkFlow (WAWF), along with general contract clauses and points of contact.
    The document outlines a solicitation (number N6426725Q4105) for first aid services at the Naval Surface Warfare Center (NSWC), Corona Division. The federal government is seeking a contractor to manage and replenish routine supplies for various types of first aid kits located in multiple buildings. Key requirements include servicing Class A and Class B wall-mounted cabinets and mobile trauma bags, with bi-monthly inventory and re-supply frequency. The contractor is responsible for adhering to federal standards for first aid kits and ensuring that all materials are up-to-date and compliant. The proposal includes vehicle and labor provision, while also stressing compliance with security protocols, documentation of service conducted, and clear identification while on government property. The overall aim of this solicitation is to ensure that adequate first aid supplies are consistently maintained to support workplace safety. Providers must also ensure they are registered in the System for Award Management (SAM) and comply with specific federal and state laws, including licensing and permits for transportation. This RFP reflects the government's commitment to workplace health and safety, prioritizing the well-being of personnel through well-equipped first aid provisions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    66--EVACUATION KIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of evacuation kits under a federal contract. This procurement aims to secure supplies that meet specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated military specifications. The evacuation kits are critical for ensuring readiness and response capabilities in emergency situations. Interested vendors should direct inquiries to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, with proposals expected to be valid for 60 days post-submission.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    53--SERVICE KIT,COMPLET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Service Kit (NSN 5340016026104) with a quantity of 95 units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 14. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these kits for military logistics and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    SCBA LIFE EXTENSION
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from Women-Owned Small Businesses (WOSB) for the recertification of 75 MK8 life raft inflation cylinders. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to conduct testing in accordance with DoT-Special Permit 16320, utilizing Modal Acoustic Emissions (MAE) technology to ensure the cylinders meet safety and operational standards. This procurement is critical for extending the service life of the life raft cylinders, which are essential for certifying ships for mission-critical assignments. Proposals are due by December 8, 2025, with the performance period anticipated from January 15, 2026, to March 15, 2026. Interested parties can contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590 for further details.
    SEAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    1 NSN 1G MAINTENANCE KIT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for a maintenance kit identified by National Stock Number (NSN) 5935-01-344-1073, aimed at providing stock replenishment coverage for military depots. This procurement involves a firm-fixed price, Indefinite Delivery Contract (IDC) with a five-year base period, and is set aside exclusively for small businesses under the SBA guidelines. The maintenance kit is critical for ensuring the operational readiness of military equipment, with an annual demand quantity of 39 units. Interested vendors can expect the solicitation to be available around November 20, 2025, and should direct inquiries to Taura Mitchell at taura.mitchell@dla.mil or by phone at 614-692-9361.
    66--TEST KIT, HP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of three units of a Test Kit HP, identified by NSN 7H-6685-017081470-X5. The procurement requires delivery of these kits to designated distribution centers in Pennsylvania and California within 140 days after contract award, emphasizing the importance of timely fulfillment for operational readiness. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties must contact Michael B. Duffy at 564-230-2254 or via email at MICHAEL.B.DUFFY2@NAVY.MIL to obtain the solicitation number N00104-26-Q-BE38 and further details. Proposals must adhere to the requirements outlined in the solicitation, and government source inspection will be required.
    48--SERVICE KIT VALVE S
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Service Kit Valve S. This contract requires the manufacture and design of the valve kit to meet specific technical requirements, including compliance with applicable documents and quality assurance standards. The goods are crucial for maintaining operational readiness and functionality within naval systems. Interested vendors should direct inquiries to Rebecca Aglow at 771-229-0088 or via email at REBECCA.AGLOW@NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.
    SWAGE KIT ASSEMBLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the assembly of a swage kit under a presolicitation notice. This procurement will be conducted on a full and open competition basis, with the intention of awarding a firm-fixed price supply contract, primarily aimed at small businesses as indicated by the total small business set-aside designation. The swage kit is crucial for military operations, emphasizing the importance of reliable power-driven hand tools in maintaining operational readiness. Interested parties should prepare to submit their proposals by December 11, 2025, following the solicitation's expected posting on SAM.gov around December 8, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at denise.e.manor.civ@us.navy.mil.
    42--PARTS KIT,FIRE EXTI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for Fire Extinguishers, identified by NSN 4210015541177. The requirement includes a quantity of four units to be delivered to DLA Distribution San Joaquin within 80 days after order placement. This procurement is crucial for maintaining safety and environmental protection standards within military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.