SPECIAL NOTICE
B -- Emergency Responder roadway Operations Safety Study and Demonstration Initiative
- Notice Date
- 9/6/2022 1:47:12 PM
- Notice Type
- Special Notice
- NAICS
- 813920
— Professional Organizations
- Contracting Office
- FEDERAL EMERGENCY MANAGEMENT AGENCY
- ZIP Code
- 00000
- Solicitation Number
- WX04101Y2022T
- Response Due
- 9/13/2022 9:00:00 AM
- Point of Contact
- Sarah J. Huwig-Leister, Phone: 3014471053, James D. Suerdieck, Phone: 3014477244
- E-Mail Address
-
jane.huwig-leister@dhs.gov, james.suerdieck@dhs.gov
(jane.huwig-leister@dhs.gov, james.suerdieck@dhs.gov)
- 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), 315 South 14th Street, Harrisburg, PA� 17104-3342. 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. The USFA continues to fill a gap within emergency fire and Emergency Medical Services (EMS) safety when responding to and supporting accidents on and near highways by partnering with the Cumberland Valley Volunteer Firefighter Association (CVVFA). Their partner, Emergency Responder Safety Institute (ERSI), serves as an informal advisory panel of public safety leaders committed to reducing deaths and injuries to America's Emergency Responders while working on the highways.� This relationship with the CVVFA and ERSI, supports USFA�s GOAL TO: Ready the nation�s fire and Emergency Medical Services for all hazards.� The content within this study will encourage data-driven decision-making and information sharing. There is a need to identify and distribute safety information involving response and operations within Wildland- Urban Interface (WUI).�� The CVVFA recently provided a 30-minute webinar in partnership with the USFA, on Wildland Fires and Traffic Management. �As stated in the Program Abstract: �Despite recent severe wildland fire seasons, little attention has been paid to responder safety and traffic incident management during these events. Several struck-by injuries and line-of-duty deaths have occurred at wildland fire scenes. These events have involved smoke obscuration of visibility on the roadway, insufficient vehicle backing safety practices, and improper boarding of firefighting apparatus in addition, evacuees pose a hazard as they drive through smoke filled roads. Wildland fire also presents a burn hazard to crews working and staging on and near roadways. As buildings and infrastructure encroach further on undeveloped land, wildland fire and smoke will affect more moving traffic on roadways. �This program teaches traffic incident management considerations for roadways affected by wildland fires, firefighting operations, and safety procedures to follow when wildland firefighting vehicles are operating near responders on foot. However, the 30-minute webinar provides only a snippet of the information and training needed to manage and operate within and near a wildfire event; there are no practical activities within the program, that will ensure trainees can properly execute the actions required to ensure a safe operation in and around vehicles and traffic involved in a wildland fire event. ��� 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. �This requirement is to develop effective Wildland Fires and Traffic Incident Management training program, along with relevant demonstration and pilot projects for State, Local, Territory and Tribal fire departments and other constituents, including Federal Wildland Fire Agencies to reduce firefighter and emergency responder deaths, injuries, and vehicle damage from being struck on the roadway.� CVVFA will utilize their proprietary Responder Safety.com website during the period of performance of this project.� The respondersafety.com website supports roadway operational safety for firefighters, EMS, law enforcement officers and other responders.� The website also supports the education, training outreach to, and development of best practices for roadway scene operations and permits nationwide sharing of lessons learned among transportation, public safety and emergency personnel enabling them to effectively respond to roadway incidents.� In support of this study CVVFA will utilize their proprietary ResponderSafety.com web site during the period of performance of this project.� The results of the study will be disseminated at national-level fire service conferences and posted to the CVVFA/ERSI Responder.safety.come website.� 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 12:00 p.m. EST on September 13, 2022.� 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
-
SAM.gov Permalink
(https://sam.gov/opp/cf1a6cb3b2184ac39bc9f59d291ea62c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06453210-F 20220908/220906230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |