Emergency Supply Kits
ID: 2025-R-035Type: Special Notice
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMSSENATE SERGEANT AT ARMSWashington, DC, 20510, USA
Timeline
    Description

    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified vendors to provide Emergency Supply Kits under a Request for Quotation (RFQ) for the period from May 2025 to April 2026, with options to extend for four additional years. Vendors are required to submit firm-fixed-price quotations that detail unit prices for various emergency supplies, including gloves, masks, batteries, multitools, and sanitation items, ensuring compliance with SAA submission requirements. These kits are crucial for maintaining preparedness and safety within the Senate, reflecting the importance of having reliable emergency supplies readily available. Interested vendors must submit their pricing tables and other required documentation by March 28, 2025, and can direct inquiries to Nicole Barnes at nicole_barnes@saa.senate.gov or by phone at 202-224-9321.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an addendum to commercial agreements with the U.S. Senate's Office of the Sergeant at Arms (SAA) that outlines conditions governing contracts. It emphasizes that any accepted proposal will incorporate this addendum into the License Agreement, and that certain terms are deemed unacceptable due to conflicts with federal law and SAA needs. Key provisions include prohibitions against unauthorized obligations, control over third-party claims, automatic renewals, and the contractor conducting audits on SAA. The SAA will not assume responsibility for taxes, nor will it accept unilateral contract modifications by the contractor. Participation in dispute resolutions must comply with federal law, refusing arbitration clauses. Furthermore, the SAA mandates that contract termination and any reference to the SAA in contractor advertising follow strict legislative compliance. Contractor responsibilities after contract termination are clarified, emphasizing the return of sensitive information. Terminations for default and convenience provide the SAA specific rights to ensure contractual obligations are met. Overall, the document underscores the SAA’s commitment to aligning agreements with federal regulations, protecting its interests and ensuring compliance by contractors in all contractual obligations.
    The document outlines the instructions and requirements for responding to Request for Quotation (RFQ) 2025-R-035 for Emergency Supply Kits. Offerors must complete and submit a PRICING TABLE in Excel, include any applicable End User License Agreements (EULAs), and submit a signed ADDENDUM TO COMMERCIAL AGREEMENTS. Resellers need an OEM authorization statement, and if offering telecommunications equipment, compliance with specific legislation is required. Questions must be submitted by March 7, 2025, and all documents should be emailed by March 28, 2025. Offerors must be registered in the System for Award Management (SAM) and provide a Unique Entity Identifier (DUNS). The SAA reserves the right to reject quotations that do not meet the specifications or relevant requirements. The procurement follows Senate regulations, with evaluation based on the lowest price technically acceptable, although quantities listed are for evaluation purposes only. The overall goal is to ensure compliance and secure reliable suppliers for necessary emergency supplies within strict governmental guidelines.
    This document outlines the Purchase Order Clauses applicable to contracts administered by the Sergeant at Arms (SAA). Central to this order are stipulations regarding authority, order precedence, security compliance, acceptance standards, payment and invoicing procedures, and confidentiality protections. Notably, the clauses emphasize that no conflicting terms from the Contractor’s specific documents will prevail if inconsistent with the Purchase Order. Key provisions include restrictions on advertising and gratuities, requirements for compliance with Senate data security practices, and the obligation to notify the Senate of any incidents involving confidential data. The document also stipulates the Contractor’s liability concerning delays, disputes, and its obligation to return or destroy sensitive data upon contract termination. Furthermore, the SAA retains the right to terminate the order for convenience or cause, with specific provisions regarding indemnity and fraud recovery clearly outlined. Overall, the document establishes strict guidelines ensuring compliance, security, and confidentiality for contracts associated with the U.S. Senate, underlining the agency's commitment to rigorous procurement processes and protection of sensitive information.
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) for Emergency Supply Kits, covering the Base Year from May 2025 to April 2026 and four option years extending to April 2030. The RFQ specifies that the vendor must provide a firm-fixed-price quotation with a comprehensive pricing table, detailing unit prices per required item within the kits. Each kit must include multiple emergency supplies, such as gloves, masks, batteries, a multitool, and sanitation items. The vendor's quotation must be compliant with SAA submission requirements and indicate whether the pricing is from the Open Market or subject to GSA Schedule or other government contracts. Vendors are encouraged to meet minimum item requirements and provide pricing for each item, with a total cost calculated across five years. The SAA retains the right to reject bids that do not comply with these conditions, highlighting the RFQ's strict adherence to procurement procedures.
    The OEM Statement of Compliance affirms adherence to Section 208 of the Legislative Branch Appropriations Act, 2020, which restricts the procurement of specific telecommunications equipment and certain high-impact or moderate-impact information systems. This legislation is aligned with the National Institute of Standards and Technology's (NIST) safety standards. The document requires certification from an OEM representative, signifying their compliance knowledge regarding the limitations set forth in the Act. The relevance of this statement lies in its importance for government RFPs, federal grants, and local RFPs, which necessitate rigorous compliance with security guidelines to safeguard federal information systems from potential threats. The document’s structure includes sections for the certifying officer’s name, title, date, and signature, reinforcing accountability in procurement practices.
    Lifecycle
    Title
    Type
    Emergency Supply Kits
    Currently viewing
    Special Notice
    Similar Opportunities
    U.S. Senate Box Truck Leases
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking quotations for the lease of box trucks as outlined in Request for Quotation (RFQ) 2025-R-037. The procurement aims to secure two box trucks each year for a five-year period, from May 1, 2025, to April 30, 2030, with specific requirements including a maximum weight capacity under 26,000 lbs, climate control, and safety features such as back-up cameras. This initiative is crucial for supporting the operational needs of the Senate, ensuring efficient transportation capabilities. Interested offerors must submit their quotes, including a completed pricing table and compliance documentation, by the deadline of March 28, 2025, and can contact Nicole Barnes at nicolebarnes@saa.senate.gov for further inquiries.
    U.S. Senate Fleet & Transportation Management Solution & KeyTrack Solution
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking quotations for a Fleet & Transportation Management Solution and a KeyTrack Solution as outlined in Request for Quotation (RFQ) 2025-R-038. The procurement aims to modernize the Senate's transportation and key management systems, requiring features such as role-based access, automated reporting, cloud-based storage, and secure key transaction management. Interested vendors must submit their quotations in U.S. dollars by the deadline of June 30, 2025, ensuring compliance with federal procurement standards, including the Section 208 compliance regarding telecommunications equipment. For inquiries, contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321.
    U.S. Senate 35-Passenger Turtle Top Bus
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking quotations for the procurement of a 35-passenger Turtle Top Odyssey XL shuttle bus, as outlined in Request for Quotation (RFQ) 2025-R-036. Vendors are required to provide firm-fixed-price quotations that include shipping charges and must meet specific minimum requirements, such as immediate availability and essential safety features, including a backup camera and USB charging ports. This procurement is crucial for ensuring reliable transportation options for Senate operations. Interested vendors should submit their quotations by June 30, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
    U.S. Senate Oracle Enterprise Systems Licensing and Support Procurement
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking qualified vendors to provide Oracle Enterprise Systems Licensing and Support Procurement. This procurement involves obtaining firm-fixed-price quotes for various Oracle software products and related services, with an emphasis on compliance with federal regulations and Senate procurement guidelines. The selected contractor will play a crucial role in supporting the Senate's IT infrastructure, ensuring the availability and reliability of essential software systems. Interested parties must submit their quotes by March 14, 2025, and are encouraged to contact Holly McDonald at hollymcdonald@saa.senate.gov or call 202-224-0657 for further information.
    PARTS KIT,SEAL REPL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for a Parts Kit, Seal Replacement, through RFQ 70Z08525Q30019B00. This procurement aims to acquire essential spare parts, including an Actuator Overhaul Kit and a Hydraulic Coupling Kit, which are critical for maintaining operational readiness and efficiency within the Coast Guard's fleet. Vendors must comply with strict military packaging and labeling standards, and all quotes are due by March 22, 2025, with anticipated delivery set for September 11, 2026. Interested parties should register on SAM.gov and may contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
    USACIC FY25 Special Agent Kits- Amendment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is seeking quotes from small businesses for the procurement of Special Agent Kits tailored for the Joint Terrorism Task Force (JTTF) and the Counterintelligence Task Force (CITF) at Fort Meade, Maryland. The procurement includes a total of 442 units each of various tactical items such as body armor, holsters, handcuff cases, biometric vaults, and first aid kits, all of which must meet specific technical specifications and quality standards. This initiative underscores the Army's commitment to equipping its operational forces with essential protective gear and tools for law enforcement activities. Interested vendors must submit their quotes by March 21, 2025, with delivery expected by April 30, 2025; for further inquiries, contact Evelyn Johnson at evelyn.johnson116.civ@army.mil or call 703-428-5729.
    U.S. Senate Information Technology Support Contract (ITSC) V
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms, is seeking proposals for the Information Technology Support Contract (ITSC) V, aimed at providing comprehensive IT services to support Senate operations. The contract will encompass essential services such as workstation and server support, help desk services, software installations, and hardware procurement and maintenance across approximately 140 Senate entities nationwide. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is structured with a two-year base period and options for four additional one-year renewals, contingent upon funding availability. Interested vendors can contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321 for further details regarding the solicitation process.
    U.S. Army Combat Lifesaver Bags and refill kits
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified vendors to supply Combat Lifesaver Bags and refill kits through a Combined Synopsis/Solicitation. This procurement aims to acquire essential medical supplies that are critical for field operations and emergency medical response within the Army. The goods will support the Army's medical readiness and capability to provide immediate care in combat situations. Interested small businesses are encouraged to reach out to the primary contact, Evan Binder, at evan.r.binder.mil@army.mil or 720-250-1213, or the secondary contact, Joy Davis, at joy.l.davis18.civ@army.mil or 315-772-9900, for further details regarding the submission process and requirements.
    Sample Sacks for the USDA, AMS, Cotton & Tobacco Program
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified vendors to provide sample sacks for the USDA's Agricultural Marketing Service (AMS) Cotton and Tobacco Program. This procurement involves a single-award, firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract for a period of five years, with the government anticipating the award to be issued around March 31, 2025. The sample sacks, which must comply with the Technical Specifications and the Buy American Act, are essential for the USDA's cotton classing operations, ensuring the integrity and efficiency of the program. Interested vendors must submit their quotations, including technical samples and past performance references, to Matthew Phillips at matthew.phillips3@usda.gov by the deadline of March 12, 2025, to be considered for this opportunity.
    Syringes with Permanently Attached Safety Needles
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide syringes with permanently attached safety needles for Military Treatment Facilities (MTFs) within the Military Health System (MHS). This procurement aims to standardize medical supplies and ensure safety in medical practices, with an estimated annual demand of approximately $268,297.12 based on recent usage data across various military branches. Interested vendors must be listed on the Qualified Suppliers List (QSL MN-2403-11) and submit discounted pricing quotes below Distribution and Pricing Agreement (DAPA) rates by 5:00 PM local Philadelphia time on March 27, 2025, with the anticipated selection date set for April 25, 2025. For further inquiries, vendors may contact Mr. Arthur Redmond at arthur.b.redmond.ctr@health.mil or Mr. David Sheaffer at david.v.sheaffer.ctr@health.mil.