OC-2025-130285 Automated External Defibrillator
ID: OC-2025-130285Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

SPECIALIZED TEST AND HANDLING EQUIPMENT, NUCLEAR ORDNANCE (1190)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Food and Drug Administration (FDA) is seeking proposals from small businesses for the procurement, installation, maintenance, and support of Automated External Defibrillator (AED) units as part of its Public Access Defibrillation (PAD) Program. The contract encompasses the delivery of approximately 400 FDA-approved AED units, along with ongoing preventive maintenance, technical support, and CPR/AED training for up to 500 FDA personnel across 87 cities in 34 states. This initiative is critical for ensuring the safety and health of FDA employees and the public by providing essential life-saving equipment and training. Proposals are due by October 9, 2025, at 10:00 AM EST, and interested vendors can contact Freshta Javid at freshta.javid@fda.hhs.gov or L. Maria Finan at Linda.Finan@fda.hhs.gov for further information.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for the FDA's Public Access Defibrillation (PAD) Program, focusing on the purchase, maintenance, training, and management of Automated External Defibrillator (AED) units across FDA facilities nationwide. The program currently manages approximately 399 AED units across 87 cities in 34 states. The contract includes a base year and two option years, detailing the replacement of AED units and components, proactive maintenance, CPR/AED training and certification for up to 500 students annually, 24/7 technical support, and post-event data retrieval. The contractor will also be responsible for managing the AED Site Coordinator list and ensuring compliance with industry and regulatory standards. The FDA will provide government-furnished property, such as PIV cards and laptops, and access to internal tracking systems like Archibus. Performance will be monitored through various quality assurance methods, with deliverables including AED unit replacements, maintenance reports, training certifications, and transition documentation.
    The document addresses vendor questions regarding an Automated External Defibrillator (AED) solicitation. Key clarifications include the continued requirement for on-site services despite cellular self-reporting capabilities, the mandatory use of Archibus software for device management, and the FDA's specific requirement for two Pad-Paks/batteries per deployed AED unit (one primary and one secondary backup). The FDA will not accept a vendor-based web software in place of Archibus. These responses aim to clarify service expectations, software requirements, and equipment configuration for potential vendors.
    The document provides a detailed inventory of AED devices and their components, including AED Primary PADs, AED Secondary PADs, and AED Pediatric PADs, with their corresponding expiration dates and projected replacement costs. The file lists 134 unique AED devices (911AED000001 to 911AED000137, with some numbers skipped), each with an associated equipment code and serial number. The expiration dates for the devices range from October 2026 to October 2030, while the expiration dates for the AED pads are more varied, with many expiring in June 2024, November 2024, September 2026, and a few in May 2026, October 2025, December 2022, November 2023, December 2023, January 2028, and August 2024. A total of 399 devices, 399 primary pads, 391 secondary pads, and 2 pediatric pads are listed, with a total count of 1191 items. The document indicates that some secondary pads have an "UNKNOWN" expiration date.
    The FDA's Performance Work Statement (PWS) outlines the scope of services for its Public Access Defibrillation (PAD) Program, focusing on the purchase, maintenance, certified training, and management of Automated External Defibrillator (AED) units nationwide. The program currently manages approximately 399 AEDs across 87 cities in 34 states. The contract requires the replacement of a significant portion of these units and associated components over a base year and an option year, along with ongoing maintenance, technical support, and comprehensive CPR/AED training for up to 500 FDA employees annually. The contractor must meet industry, FDA, AHA, OSHA, and DOT standards. Key deliverables include AED unit replacement, maintenance, training, site coordinator list management, technical support, and post-event data retrieval. The FDA will provide government-furnished property like PIV cards and laptops, and access to internal tracking systems (Archibus). Performance will be monitored through various quality assurance methods, with the period of performance spanning a 12-month base and two 12-month option periods.
    The Attachment A - PRICING SHEET outlines the costs associated with AEDs, maintenance, and training over a base period and two option years. Key items include Primary, Secondary, and Pediatric PAD-PAKs & Batteries, AED Maintenance & Monitoring, optional cabinets and signage, Technical and Program Management Support, and CPR/AED Training & Certification. Option Year 2 also includes AED Unit Replacement and Transition and Close-out services. The document details quantities and unit prices (all listed as $0.00 in this version) for each item, demonstrating a comprehensive plan for AED program implementation and sustainment.
    The provided document is a template, version 4.2, titled “AED Solicitation – Vendor Pre Proposal Questions Template,” dated September 4, 2025. It is designed to facilitate vendor inquiries regarding solicitations, likely within the context of government RFPs, federal grants, or state/local RFPs. The template includes fields for Solicitation No., Solicitation Title, Question No., Question Type, Document/Part, PWS Section (§), POC (Email/Phone), Question, Suggested Correction/Clarification (optional), Priority, Attachment/File Name (optional), and Notes (optional). Users are instructed to open the template in Excel for full functionality, as some viewers may not show dropdown menus for selecting options within certain cells.
    The FDA's Public Access Defibrillation (PAD) Program aims to maintain a safe environment for employees and visitors by managing approximately 399 Automated External Defibrillators (AEDs) across its facilities. This Performance Work Statement (PWS) outlines contractual requirements for the procurement, maintenance, training, and management of AEDs. In the near future, the FDA plans significant replacements of AED units and associated components to ensure optimal functionality. Contractors are required to supply FDA-approved biphasic AEDs with multiple safety specifications and maintain a robust training program for approximately 400 Site Coordinators. The scope of work includes proactive maintenance, technical support, and compliance with relevant health and safety standards. A structured evaluation process will identify proposals based on technical capabilities, past performance, and cost realism. The document emphasizes the FDA’s commitment to equipping and training personnel effectively to handle potential cardiac emergencies. Overall, the initiative underlines the critical importance of having lifesaving devices readily available and the necessity for ongoing professional training, adequate maintenance, and speedy response systems to enhance public safety across FDA facilities nationwide.
    The document outlines a "Sources Sought Notice" for Automated External Defibrillator (AED) services, aimed at gathering information from potential providers. It focuses on aspects such as experience, compliance with regulations, service scope, documentation, response times, parts supply, training, liability insurance, and pricing structure. Key inquiries include the duration of experience in servicing AEDs, technician certifications, prior federal agency engagements, methods for ensuring regulatory compliance, and details about maintenance services offered. The document emphasizes the importance of documentation post-service, readiness reporting, and customer support availability, including 24/7 options. Additionally, it seeks clarity on liability coverage and indemnification for servicing errors, alongside provider pricing models and any potential hidden fees. This inquiry serves as a preliminary step in evaluating AED service providers, ensuring they meet necessary federal standards and capabilities to support AED maintenance and training on devices for public safety.
    The U.S. Food and Drug Administration (FDA) is seeking market feedback for the replacement, maintenance, and support of its Automated External Defibrillator (AED) program, documented under the Sources Sought Notice OC-2025-130285. The FDA aims to identify qualified vendors capable of supplying and servicing approximately 400 AED units across 87 cities in 34 states. Key requirements include the procurement of FDA-approved AEDs, preventive maintenance services, AHA-certified CPR/AED training for up to 500 employees annually, and comprehensive program administration support. Interested businesses must submit a Capability Statement detailing their qualifications, relevant experience, and information regarding their ability to meet small business set-aside criteria. Specifications for the AEDs include an 8-year warranty, a minimum 4-year battery life, and compliance with regulatory standards. Responses are due by July 23, 2025, highlighting the government's intention to assess both large and small business capacities for this public health initiative. This notice serves as a preliminary step in developing a potential Request for Proposal, guiding the acquisition strategy to ensure effective public health support through AED deployment.
    The U.S. Food and Drug Administration (FDA) is soliciting proposals (RFQ: OC-2025-130285) for a total small business set-aside to procure, deliver, install, maintain, and support Automated External Defibrillator (AED) units for its nationwide Public Access Defibrillation (PAD) Program. The requirement includes approximately 400 FDA-approved biphasic escalating waveform AED units with real-time CPR feedback and self-diagnostic capabilities, integrated PAD PAK cartridges, responder kits, storage cabinets, signage, and inspection tags. The contract also mandates ongoing preventive maintenance, monitoring, 24/7 technical support, post-event data retrieval, and annual CPR/AED training for up to 500 FDA personnel across 87 cities in 34 states and U.S. territories. The period of performance is a 12-month base with two 12-month options. Proposals are due by September 24, 2025, 12:00 PM ET, and will be evaluated based on technical capability, corporate experience, management approach, and price.
    Similar Opportunities
    Stryker/Physio-Control Lifepak 15 Monitor/Defibrillators
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking procurement for the Lifepak 15 Monitor/Defibrillator, specifically the LIFEPAK 15/ACPA Bundle. This equipment is critical for medical and surgical applications, providing essential monitoring and defibrillation capabilities in emergency situations. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding the procurement process. The opportunity emphasizes the importance of reliable medical instruments in supporting military operations and ensuring the health and safety of personnel.
    FDA BIMO Inspections and Compliance Support
    Buyer not available
    The U.S. Food and Drug Administration (FDA) is conducting a Sources Sought notice to identify small businesses capable of providing professional services for its Bio-Research Monitoring (BIMO) program. The FDA aims to modernize and consolidate its IT systems to enhance inspections and compliance support, requiring expertise in areas such as workflow management, data integration, and the development of a centralized BIMO database and analytics platform. This initiative is critical for improving the efficiency and effectiveness of BIMO inspections across all centers, and interested parties must submit their responses by January 5, 2026, to Michelle Dacanay at michelle.dacanay@fda.hhs.gov.
    Zoll R Series, Advanced Life Support (ALS) Monitor/Defibrillator with Expansion Pack, Pulse Oximetry (SPO2), End-Tidal Carbon Dioxide (EtCO2) (MAINSTREAM), OneStep Pacing, and Non-Invasive Blood Pressure (NIBP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to procure the Zoll R Series Advanced Life Support (ALS) Monitor/Defibrillator, which includes an expansion pack, pulse oximetry (SPO2), end-tidal carbon dioxide (EtCO2), OneStep pacing, and non-invasive blood pressure (NIBP) capabilities. This procurement aims to enhance medical response capabilities by providing advanced monitoring and defibrillation equipment essential for emergency medical services. The equipment is critical for ensuring effective patient care in various medical situations, particularly in military and emergency response settings. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    R Series Advanced Life Support Monitor/Defibrillator
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking procurement for the R Series Advanced Life Support Monitor/Defibrillator. This equipment is critical for medical and surgical applications, specifically categorized under the PSC code 6515, which encompasses medical instruments, equipment, and supplies. The monitor/defibrillator plays a vital role in emergency medical situations, providing essential life support capabilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    FY26 FDA Broad Agency Announcement (BAA) for Advanced Research and Development of Regulatory Science
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is soliciting proposals through the FY26 Broad Agency Announcement (BAA) for advanced research and development in regulatory science. This opportunity aims to acquire basic and applied research that supports regulatory science and innovation, focusing on areas such as New Approach Methodologies, Advanced Manufacturing, and Clinical Outcome Assessments, among others. The FDA's initiative is crucial for enhancing scientific knowledge that aids in protecting and promoting public health, particularly for underrepresented populations and in reducing animal testing. Interested parties, including small businesses and academic institutions, are encouraged to submit proposals by February 24, 2026, and can reach out to Ian Weiss at Ian.Weiss@fda.hhs.gov or by phone at 301-796-5728 for further information.
    TSA 2 Air System
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for the TSA 2 Air System, specifically a quantitative sensory testing device for the National Institute on Alcohol Abuse and Alcoholism (NIAAA). This procurement includes the Medoc Main Station, operating software, patient response unit, standard accessories, and remote setup and training support, all of which are critical for Dr. Joseph's clinical protocols. The contract is set aside for small businesses and will be evaluated based on technical requirements, price, and past performance, with a focus on non-price factors. Interested vendors must submit their proposals by December 14, 2025, and can direct inquiries to Kelly Robinson at kelly.robinson@nih.gov.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This combined synopsis/solicitation (36C10G25Q0112) aims to acquire FDA-certified equipment that is essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four option years. Interested vendors must ensure compliance with various requirements, including the submission of technical capabilities and pricing, with proposals due by December 12, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    FDA Data Dashboard Bridge Order
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is issuing a sole source bridge order to Salient CRGT, Inc. for the FDA Data Dashboard project. This procurement aims to support the FDA’s Division of Enforcement Systems Solutions through a limited source justification in accordance with FAR 8.405-6 requirements, utilizing the GSA MAS Schedule 54151S for Information Technology Professional Services. The services provided are critical for maintaining and enhancing the FDA's data management capabilities, ensuring effective enforcement and regulatory compliance. Interested parties can reach out to Michelle Dacanay at michelle.dacanay@fda.hhs.gov for further details regarding this opportunity.
    Congress KnowWho for Salesforce Subscription Maintenance
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting proposals for the Congress KnowWho for Salesforce Subscription Maintenance, a critical requirement for their Office of Legislative Affairs CAUCUS application. The procurement involves providing software subscriptions, with a contract structure that includes a one-year base period from February 1, 2026, to January 31, 2027, followed by two optional one-year extensions, potentially lasting until January 31, 2029. Interested vendors must submit a pricing schedule, software license agreements, and maintenance support agreements, with the proposal due date set for October 31, 2025, by 2:00 PM EST, and an extended deadline for quotes until December 15, 2025, at 6:00 PM EST. For further inquiries, vendors can contact Christina V. Brooks at chrbrooks@fdic.gov or by phone at 571-212-7820.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.