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
    AEDs for KHC General Services Department
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking suppliers for Automated External Defibrillators (AEDs) for the Navajo Area Indian Health Service located in Kayenta, Arizona. This procurement is part of a requirement to enhance medical emergency response capabilities within the service unit, emphasizing the critical role of AEDs in saving lives during cardiac emergencies. The Request for Quotations No. 75H71026Q00023 is anticipated to be issued by December 18, 2025, with quotes due by January 5, 2026, at 10:00 AM EDT. Interested vendors must have an active registration in the System for Award Management (SAM) and can direct inquiries to Charity Yellowhair-Gilbert at charity.yellowhair-gilbert@ihs.gov or by phone at 928-697-5070.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Cohesity Backup Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage SAA data effectively. The procurement involves a Request for Quotation (RFQ) for Cohesity 4-Node Blocks, which will be utilized in both production and lab environments, along with related subscriptions and support services. This initiative is crucial for ensuring reliable data storage and protection within the Senate's IT infrastructure. Interested vendors must submit their quotations, including a signed pricing table and compliance documentation, by December 19, 2025, with questions due by December 11, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-909-9017.
    Cohesity Backup Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage SAA data effectively. The procurement aims to secure Cohesity 4-Node Blocks with varying storage capacities, along with associated subscriptions for DataPlatform, Helios, and DataProtect, which are critical for data management and protection within the Senate's IT infrastructure. Interested vendors must comply with specific requirements, including providing an OEM statement of compliance with federal regulations and submitting their quotes by December 19, 2025, at 5 p.m. ET, with questions due by December 11, 2025. For further inquiries, vendors can contact Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-909-9017.
    6515--NX EQ Automated Cardiac Resuscitators (VA-26-00023098)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Automated Cardiac Resuscitators, specifically Stryker® brand name or equal products, under a VA-wide single Requirements contract. The procurement aims to secure devices that deliver automated chest compressions, which are critical for effective cardiopulmonary resuscitation (CPR) in both hospital and out-of-hospital settings. The anticipated contract will include a 12-month base period with four additional 12-month option periods, and vendors must demonstrate their ability to meet specific salient characteristics and provide a national supply capability. Interested parties must submit their responses by December 18, 2025, at 10:00 AM EST to the designated contacts, Jalima J. Jones and Sara Vickroy, via email.
    42--EXTINGUISHER,FIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 100 fire extinguishers (NSN 4210011749474) under a Combined Synopsis/Solicitation notice. The extinguishers are critical for fire safety and rescue operations, emphasizing the importance of reliable safety equipment for military and defense personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and quotes must be submitted by the specified deadline, with delivery expected within 393 days after order placement.
    Fire Extinguisher Assembly & Valve
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a Firm Fixed Price contract for the assembly and valves of fire extinguishers. This procurement involves a sole source contract with KIDDIE Technologies Inc for a total of 715 fire extinguisher assemblies and 3,720 fire extinguisher valves, which are critical components for military applications. The solicitation, identified as W912CH-25-R-0230, is expected to be released within two to four weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, contractors can reach out to Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    H312--Fire Extinguisher Inspection (VA Wilkes-Barre) Five (5) Year Indefinite-Delivery Contract (SDVOSB Only)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide fire extinguisher inspection services under a five-year Indefinite-Delivery Contract at the Wilkes-Barre VA Medical Center in Pennsylvania. The contractor will be responsible for performing annual inspections, 5/6-year internal inspections, and hydrostatic testing on approximately 300 fire extinguishers, ensuring compliance with NFPA Standard 10 and Joint Commission Standards. This contract is crucial for maintaining safety standards within the facility, and responses, including company information and a capability statement, are due by December 16, 2025, at 15:00 Eastern Time. Interested parties should contact Allan Tabliago at allan.tabliago@va.gov or call 732-978-0110 for further details.
    B491 Fire Alarm Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.