Senate State Office AED & Fire Extinguisher Program
ID: 2025-R-007Type: Special Notice
Overview

Buyer

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

    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking contractors for the Senate State Office AED & Fire Extinguisher Program, aimed at enhancing emergency preparedness across approximately 460 Senate offices nationwide. The procurement involves providing Automated External Defibrillators (AEDs), fire extinguishers, and associated CPR and fire extinguisher training, along with ongoing maintenance and logistical support for the equipment. This initiative is critical for ensuring the safety and readiness of Senate offices in emergency situations, adhering to established standards such as AHA guidelines for AEDs and NFPA standards for fire extinguishers. Interested contractors must submit their proposals by February 14, 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
    The U.S. Senate Office of the Sergeant at Arms is soliciting contractors for the State Office Readiness Program, focusing on providing Automated External Defibrillators (AEDs) and fire extinguishers, along with associated CPR and fire extinguisher training for Senate offices nationwide. The program encompasses approximately 460 Senate offices and includes maintaining equipment, offering training, and managing the deployment of services as needed. Contractors are required to ensure compliance with specific standards, including AHA guidelines for AEDs and NFPA standards for fire extinguishers. The proposal must include details about products and services, management approaches, and past experience in similar contracts. Contractors will have defined responsibilities, including providing an Account Manager for coordination, attending a kick-off meeting, and submitting monthly status reports detailing project progress. The contract is anticipated for one year, with four one-year extension options. Proposals will be evaluated based on a technical approach, past performance, and price, with emphasis placed on the technical aspects over cost. This solicitation reflects a commitment to ensuring preparedness and safety in Senate offices through appropriate emergency response resources.
    The U.S. Senate's Office of the Sergeant at Arms is seeking a contractor for its State Office Readiness Program, primarily focusing on providing Automated External Defibrillators (AEDs), fire extinguishers, and associated CPR/AED training across approximately 460 Senate state offices nationwide. Contractors must maintain the equipment, provide training, and offer logistical support such as redeployment of equipment during office relocations. The contract entails delivering FDA-approved AEDs, compliant fire extinguishers, and related training materials, with a dedicated account manager overseeing operations. Submission of proposals requires two volumes: technical and pricing, including a detailed technical approach, product descriptions, and past performance evidence from similar contracts. Proposals will be evaluated on their technical approach, past performance, and pricing to ensure alignment with the Senate's needs. The SAA anticipates a one-year base period with four optional years, encouraging competitive pricing and comprehensive service delivery while adhering to procurement regulations and expectations. Interested contractors must respond by February 14, 2025, highlighting their understanding of the requirements to ensure readiness and compliance in the Senate's safety program.
    The U.S. Senate Sergeant at Arms is seeking information for the procurement process related to Request for Quotation 2025-R-007, focusing on an Automated External Defibrillator & Fire Extinguisher Program. The document outlines the Past Performance Questionnaire that must be filled out by contractors or subcontractors demonstrating their previous work experience relevant to this request. Key sections include contract information, a detailed description of past projects, and reference evaluations, highlighting performance metrics across various criteria such as adherence to schedules, contract fulfillment, and personnel quality. Evaluators must provide ratings ranging from "Exceptional" to "Unsatisfactory," alongside comments on the contractor’s capabilities. The form emphasizes collecting actionable feedback on past performance to guide the decision-making process in selecting a suitable contractor for this critical safety program. The completed questionnaire is to be submitted to the designated procurement specialist within five days. This approach aligns with best practices in government contracting, ensuring due diligence in sourcing vendors for essential safety equipment.
    The document lists the locations of Senate State Offices across the United States as of November 2024. It serves as a reference for contractors who may need to provide support services for these offices, emphasizing that locations can change at the discretion of senators. The comprehensive list includes cities, states, and zip codes for offices in all 50 states and the District of Columbia, with numerous entries for populous areas such as California, Texas, and New York. This document is relevant in the context of federal requests for proposals (RFPs) and grants, as it aids contractors in identifying potential operational sites for federal service obligations. By detailing possible office locations, it facilitates efficient planning and resource allocation for contractors responding to federal RFPs related to government services.
    The document is a Request for Quotation (RFQ) issued by the U.S. Senate Office of the Sergeant at Arms (SAA), detailing a pricing table for various emergency and safety-related services and products, including CPR/AED training sessions, fire extinguishers, and related training and maintenance. The pricing table spans multiple performance periods from March 1, 2025, through February 28, 2030, featuring standard items with unit prices listed as $0.00, indicating that prospective offerors must provide their pricing in response to the RFQ. The document emphasizes the mandatory submission of vendor information, including tax and identification numbers, and specifies that quotes are to be based on a Firm-Fixed-Price model. Shipments must be delivered fully assembled to authorized recipients, and all price quotes must be valid until February 28, 2025. The SAA reserves the right to reject non-compliant submissions, underscoring the necessity for adherence to submission guidelines. The RFQ serves as a formal channel for obtaining competitive bids for essential safety services within the Senate, reflecting standard procurement practices in government operations.
    This document outlines the minimum requirements for Automated External Defibrillators (AEDs) and associated safety equipment pertinent to government RFPs. It specifies the need for AEDs and fire extinguishers that comply with FDA, NFPA, and UL standards, ensuring they are suitable for office environments. Essential features include trainer units, inspection and maintenance plans, and capabilities for recording and accessing "code events" for local emergency services. Additionally, the document emphasizes the importance of training programs, which must include in-person sessions for skills verification. Compliance with manufacturer recommendations for maintenance and timely software updates per American Heart Association guidelines is also mandated. Vendors must provide information on how their equipment and services exceed these requirements. This document reflects the government's commitment to enhancing workplace safety through proper emergency preparedness and training protocols.
    The OEM Statement of Compliance pertains to the limitation on procuring certain telecommunications equipment as mandated by Section 208 of the Legislative Branch Appropriations Act, 2020. This compliance acknowledgment indicates that the Original Equipment Manufacturer (OEM) certifies, to the best of its knowledge, adherence to regulations concerning the acquisition of prohibited telecommunications equipment and specific information systems categorized for security as per NIST standards. The document requires the name, title, and signature of a certifying officer and dates the certification to confirm compliance status with these federal guidelines. This statement is essential for federal RFPs and grants, ensuring that telecommunications acquisitions align with legislative security measures and protect the integrity of government operations.
    The document outlines the Purchase Order Clauses applicable to contracts administered by the Sergeant at Arms (SAA) within the U.S. Senate. It details the ordering framework, emphasizing the hierarchy of documents that govern the agreement, security requirements, and acceptance criteria for goods and services. Contractors must comply with Senate security regulations, and payment and invoicing procedures dictate that invoices be submitted electronically with specific required details. Key provisions also cover the terms of contract modification, advertising restrictions, conflict of interest requirements, and termination clauses for cause or convenience. The document specifies contractor obligations concerning confidentiality, cybersecurity, and the handling of Senate data, including strict measures on data transfer and return following contract conclusion. Overall, the document aims to ensure compliance with Senate regulations and federal law in procurement processes, mandates attention to confidentiality and security of sensitive data, and delineates clear responsibilities for contractors, thereby enhancing transparency and accountability in U.S. Senate procurement activities.
    The document is an addendum to commercial agreements for contractors associated with the U.S. Senate, specifically the Office of the Sergeant at Arms (SAA). It outlines modifications to standard license agreements, clarifying terms that are deemed unacceptable due to conflicts with federal law and Senate procurement regulations. Key provisions include: prohibiting unauthorized obligations that violate budget laws; establishing that the Department of Justice exclusively represents the government in third-party claims; forbidding automatic renewal clauses; restricting audit rights to self-audits by the SAA; denying the SAA's liability for taxes or additional fees; and limiting changes to license terms only through mutual agreement. Additionally, the SAA retains control over contract terminations, requires confidentiality regarding contract information, mandates data protection post-termination, and prohibits any unilateral changes by the contractor. This addendum is vital for maintaining compliance and protecting the rights and obligations of the Senate in contractual relationships. It ensures that any commercial supplier agreements align with federal standards while safeguarding the Senate’s interest against potential liabilities and unauthorized claims.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NetScout Hardware Refresh
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified vendors to provide a hardware refresh for NetScout systems. This procurement aims to enhance the Senate's telecommunications capabilities by acquiring necessary hardware and support services, ensuring compliance with federal regulations, particularly Section 208 of the Legislative Branch Appropriations Act, 2020. The selected contractor will be responsible for delivering products and services that meet the Senate's operational requirements, with a focus on maintaining cybersecurity standards and confidentiality. Interested vendors must submit their quotations, including a signed pricing table and compliance documentation, by the specified deadline, and can contact Charles Blalock at charlesblalock@saa.senate.gov or 202-841-3876 for further information.
    SailPoint Identity IQ Renewal
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms, is seeking proposals for the renewal of SailPoint Identity IQ, a critical identity management software, for the period of April 1, 2025, to March 31, 2026. Offerors must submit a completed Pricing Table in Excel format, along with any applicable End User License Agreements and compliance certifications, ensuring adherence to federal procurement standards. This procurement is essential for maintaining secure and efficient identity governance and management within the Senate's operations. Interested vendors should direct their submissions to Charles Blalock at charlesblalock@saa.senate.gov by the specified deadline, with all proposals evaluated based on Lowest Price Technically Acceptable criteria.
    Safety Stations Nation Wide (RFI)
    Buyer not available
    The Department of Justice, specifically the Executive Office for Immigration Review (EOIR), is seeking proposals for the establishment of Safety Stations across various court locations in the United States. The initiative aims to procure essential safety supplies, including Automated External Defibrillators (AEDs), opioid reversal agent kits, and hemorrhagic control kits, with a focus on creating comprehensive safety stations that meet industry standards for emergency preparedness. This program underscores the federal government's commitment to enhancing safety within court facilities, ensuring that staff and visitors are equipped to respond effectively to medical emergencies. Interested vendors can contact Andrew Byrnes at andrew.byrnes@usdoj.gov or 703-605-1739 for further details regarding the procurement process.
    DES Fire Extinguisher Service and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for fire extinguisher service and maintenance at the Anniston Army Depot in Alabama. The procurement encompasses the maintenance, refilling, and disposal of up to 1,000 fire extinguishers, with a focus on compliance with NFPA 10 standards and the provision of necessary materials and equipment over a base period and four option years. This contract is particularly significant for ensuring fire safety compliance within federal facilities, emphasizing the importance of reliable service providers, especially those that are small businesses, including service-disabled veteran-owned and women-owned enterprises. Interested contractors must submit their proposals electronically by February 21, 2025, and can direct inquiries to Crystal Hodges at crystal.l.hodges8.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil.
    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.
    ANNUAL FIRE EXTINGUISHER RECERTIFICAITON
    Buyer not available
    The Bureau of Land Management (BLM) in Nevada is seeking proposals for the annual recertification of fire extinguishers across various facilities, including fire stations and national conservation areas. The contract, identified as 140L3925Q0014, encompasses the inspection, servicing, hydro-testing, and replacement of fire extinguishers, with a focus on compliance with federal safety regulations and standards. This initiative is crucial for maintaining safety in public facilities and ensuring adherence to fire safety protocols, thereby supporting the overall mission of the BLM. Proposals are due by February 26, 2025, with the initial performance period starting on March 1, 2025, and potential extensions for four additional years based on government needs. Interested vendors can direct inquiries to Carey Grund at cgrund@blm.gov or by phone at 775-861-6481.
    Fire Door Replacement
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for the installation and replacement of fire doors at its facility in Washington, DC. The project requires compliance with NFPA 80 standards and mandates that the contractor provide all necessary labor, materials, and equipment to ensure the installation meets stringent safety requirements, including features such as self-closers and smoke seals. This procurement is crucial for enhancing workplace safety and ensuring compliance with federal regulations. Proposals are due by March 21, 2025, and the solicitation is set aside for women-owned small businesses (WOSB) and economically disadvantaged women-owned small businesses (EDWOSB). Interested parties should direct inquiries to Troy D. White at twhite@gpo.gov or Michaela Hendley at mhendley@gpo.gov.
    Exterior Temporary Food Service Facility
    Buyer not available
    The Architect of the Capitol (AOC) is soliciting proposals for the establishment of an Exterior Temporary Food Service Facility at the U.S. Capitol, under solicitation number AOCSSB25R0005. The project aims to maintain uninterrupted food service operations during significant kitchen renovations by leasing a fully enclosed, climate-controlled kitchen facility that complies with the latest FDA Food Code. This initiative is crucial for ensuring continuous service to Capitol staff and visitors while adhering to safety and operational standards. Interested contractors must submit their proposals by February 27, 2025, and can direct inquiries to Tim Nyberg at tim.nyberg@aoc.gov or Marshall Graves at lawrence.graves@aoc.gov.
    EEY Annual Inspection and Repair of Fire Equipment and Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is seeking qualified contractors for the annual inspection and repair of fire equipment and systems. This procurement aims to ensure the operational readiness and safety of fire control equipment, which is critical for maintaining safety standards within military installations. The opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 541990, indicating a focus on professional, scientific, and technical services. Interested parties can reach out to Kirk Middleton at kirk.a.middleton@usace.army.mil or by phone at 901-544-0786 for further details regarding the solicitation process.
    Self-Contained Breathing Apparatus Maintenance & Repair Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide maintenance and repair services for Self-Contained Breathing Apparatus (SCBA) used by the Letterkenny Army Depot Fire and Emergency Services. The procurement includes comprehensive maintenance, repair, and certification of various SCBA equipment, ensuring operational readiness and safety compliance for firefighting personnel. This contract is crucial for maintaining the integrity of emergency services equipment, with a performance period spanning from March 2025 to March 2028, including a base year and two optional years. Interested contractors should direct inquiries to Brian Crean at brian.c.crean.civ@army.mil, with proposals due by February 21, 2025.