Notice of Intent to Sole Source

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Pennsylvania
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159751576286879
Posted Date: Jul 10, 2023
Due Date: Jul 24, 2023
Solicitation No: WX05052Y2023T
Source: Members Only
Follow
Notice of Intent to Sole Source
Active
Contract Opportunity
Notice ID
WX05052Y2023T
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 10, 2023 11:01 am EDT
  • Original Response Date: Jul 24, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B550 - SPECIAL STUDIES/ANALYSIS- ORGANIZATION/ADMINISTRATIVE/PERSONNEL
  • NAICS Code:
    • 813920 - Professional Organizations
  • Place of Performance:
    Harrisburg , PA 17104
    USA
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 fire service, EMS Responders and law enforcement. 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.





A key focus of this project is to enhance and maintain existing videos, reports, documents and resources, create new products that include usable technology, advanced protective equipment and safety systems, and incorporate diversity, equity and inclusion. Selected learning and outreach materials/items currently available on the ResponderSafety.com web site that contain outdated/invalid content; will be identified and updated during the initial Period of Performance.





The ResponderSafety.com web site supports roadway operational safety for the firefighters, EMS, law enforcement officers, and other responders. The web site 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. The CVVFA’s ResponderSafety.com web site is a proprietary website.





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 Responders.

  • Capability to edit and update contents of the ResponderSafety.com web site to continue supporting the emergency services community with updated information.





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 1:00 p.m. EST on July 24, 2023.





Primary Point of Contact: Jane Huwig-Leister





Contracting Office Address:





DHS/FEMA/NETC



Building O - Basement



16825 South Seton Avenue



Emmitsburg, MD 21727





Place of Performance:



Nationwide





Classification Code: B550



NAICS Code: 813920










Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 10, 2023 11:01 am EDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >