SPECIAL NOTICE
B -- Study on Protecting Emergency Responders on the Highway - Phase II
- Notice Date
- 5/10/2018
- Notice Type
- Special Notice
- NAICS
- 813920
— Professional Organizations
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- WX02722Y2018T
- Archive Date
- 6/9/2018
- Point of Contact
- Sarah J. Huwig-Leister, Phone: (301) 447-1053, Kimberly A Logue, Phone: (301) 447-1266
- E-Mail Address
-
jane.huwig-leister@fema.dhs.gov, kim.logue@fema.dhs.gov
(jane.huwig-leister@fema.dhs.gov, kim.logue@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Homeland Security/Federal Emergency Management Agency/U.S. Fire Administration (DHS/FEMA/USFA) intends to negotiate and award a purchase order on a sole source basis (IAW FAR 6.302) with the Cumberland Valley Volunteer Firemen's Association (CVVFA), 11018 Clinton Avenue, Hagerstown, MD 21740-7701. The USFA, in coordination with other organizations, has maintained a program of support, including meeting specialized needs, to enhance safety operations of both the fire service and EMS Responders. The proposed action is for services, for which the Government intends to solicit and negotiate under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. USFA has worked with the CVVFA in the past to enhance the development of advanced technology and systems that will permit nationwide sharing of lessons learned among transportation, public safety, and emergency personnel enabling them to effectively respond to roadway incidents more effectively and to enhance safety. The primary objective is enhance the development of advanced technology and systems that will permit nationwide sharing of lessons learned among transportation, public safety, and emergency personnel enabling them to respond to roadway incidents more effectively and to help create a safer emergency responder environment. This project will also study "blocker" vehicles, portable and temporary barricades, and other technology to protect law enforcement officers, firefighters, and other emergency responders as well as citizens against intentional attacks by motor vehicles at incidents. This study will include examination on how to "harden" traffic control vehicles to protect emergency responders against vehicular attacks. In addition training and educational programs/seminars will be developed as well as providing input to agencies and organizations that develop and maintain standards and codes for use and adoption by local governments. In support of this study CVVFA will utilize their proprietary ResponderSafety.com web site during the period of performance of this project. The ResponderSafety.com web site supports roadway operational safety for law enforcement officers, firefighters, and other emergency responders as well as supporting the development of best practices for roadway scene operations. The purpose of the purchase order is to procure their services to continue the initial study, study the use of "blocker" vehicles, barricades and other technology and use the findings to develop training and education programs as well as provide input for other organizations and agencies that develop and maintain standards and codes. The contractor must be able to meet the core responsibilities required for this requirement as follows: • Promote the interests of state and local fire and EMS personnel as well as law enforcement agencies at the national level and use the findings to provide guidance to other agencies in implementing similar programs and technology; • Gather applicable information from and disseminate information to the law enforcement, fire and EMS departments and organizations nationwide; • Provide tools, resources, and programs, at the national level regarding roadway operational safety; • Conduct the study among first responder agencies to determine successes, obstacles and lessons learned when new emergency lighting and conspicuity technology and practices were implements; • Provide guidance for other organizations and agencies to implement similar programs and to assist them in developing standards and codes related to this project. • Maintain and update the CVVFA proprietary Respondersafety.com web site. Requirements: • Experience and credibility among U.S. law enforcement, fire service and EMS organizations at the national level. • Existing national level data/study results regarding law enforcement, firefighter and EMS Responder roadway Safety. • Existing mechanism to deliver outreach on the findings of the research/study. • Maintain the ResponderSafety.com web site to continue supporting roadway operational safety for the emergency services community. Based on the above information, the only organization known which can provide technically acceptable services and maintain the Responder Safety website is the CVVFA. FEMA determined that the CVVFA is uniquely qualified to perform this work. This purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. This notice is NOT a request for quotation (RFQ) for competitive quotes/proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same services. All capability statements received by the closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submit email capability statements (using PDF, MS Word, Excel attachments) to Jane Huwig-Leister, Contract Specialist at jane.huwig-leister@fema.dhs.gov. Statements are due not later than 5:00 p.m. EST on May 25, 2018. Primary Point of Contact: Jane Huwig-Leister Contracting Office Address: DHS/FEMA/NETC Building D, Room 122 16825 South Seton Avenue Emmitsburg, MD 21727 Place of Performance: Nationwide Classification Code: B550 NAICS Code: 813920
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/WX02722Y2018T/listing.html)
- Place of Performance
- Address: 11018 Clinton Avenue, Hagerstown, Maryland, 21740-7701, United States
- Zip Code: 21740-7701
- Zip Code: 21740-7701
- Record
- SN04919008-W 20180512/180510230942-49c325953f538657d14a6182b85a3b3f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |