Skip to main content

An official website of the United States government

You have 2 new alerts

ON-SITE FIRST AID TRAINING AND FIRST AID KITS (AMBIS 2220682)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: May 17, 2024 02:50 pm EDT
  • Original Response Date: May 28, 2024 04:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 12, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R429 - SUPPORT- PROFESSIONAL: EMERGENCY RESPONSE/DISASTER PLANNING/PREPAREDNESS SUPPORT
  • NAICS Code:
    • 611430 - Professional and Management Development Training
  • Place of Performance:
    Rockville , MD 20852
    USA

Description

The National Institutes of Health is seeking to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code of 611430 with a size standard of $15.0M for the proposed acquisition to provide the following:

This requirement is for On-Site emergency preparedness training in Rockville, MD, services, and supplies for NIAID personnel. This will be used to train and equip NIAID staff in responding to workplace emergencies so that the Institute will be better prepared to respond to and recover from all types of hazards. 

Background:

The Department of Health and Human Services (DHHS), National Institute of Health (NIH), National Institute of Allergy and Infectious Diseases (NIAID), Surety & Preparedness Coordination Branch (SPCB), Office of Biodefense Research and Surety (OBRS), provides for emergency preparedness and business continuity functions for the National Institutes of Allergy and Infectious Diseases (NIAID). One of the functions within this mission is to develop a culture of safety, preparedness, and resiliency in the workforce. The training will facilitate the effective and professional performance of this function by providing emergency training to NIAID staff and ensuring they are capable to respond to an injury or illness in the workplace.

Scope:

The Contractor shall provide the services, training, and supplies listed below.  NIAID staff who successfully complete the formal training sessions must receive proof of certification in the skills included in the training. All of these training sessions may be conducted in-person or remotely based on NIAID work status and at the discretion of the COR in coordination with the contractor/subcontractor. The contractor/subcontractor will also assist in promoting the training sessions included in this purchase to NIAID staff upon request.

On-Site training and supplies in Rockville, MD, including:

  1. First Aid Kit inspections and Refills for 30 kits, quantity 1
  2. First Aid/AED Combo Class, 8 sessions
  3. Stop the Bleed Class (25 student max), 1 session
  4. Tactical Emergency Casualty Care classes, 2 sessions

The contractor/subcontractor must:

  • Be an American Heart Association (AHA) Authorized Training Site.
  • Be a Training Center through ECSI (Emergency Care and Safety Institute).
  • Be an established training center with at least 10 years' experience providing CPR/ AED and First Aid training and certification through nationally recognized entities (i.e., AHA, ARC, HSI, ECSI).
  • Be a "Recognized Educational Partner" of the Committee for Tactical Emergency Casualty Care.
  • Ensure that at least one (1) Instructor who possess a current Emergency Medical Responder Instructor Authorization through a nationally recognized entity (i.e. HSI, ECSI) is present for sessions as appropriate based on the level of instruction/certification being provided.
  • Ensure that at least one (1) Instructor, who shall teach more than 50% of classes, possesses a current certification as an EMT-B or higher.
  • Ensure that all American Heart Association training uses American Heart Association materials and Instructors. No purported "equivalency" will be accepted for class-types offered by the AHA.

Instructors provided by the contractor/subcontractor must:

  • Possess current American Heart Association BLS Instructor status and have a minimum of 10 years, uninterrupted, American Heart Association BLS Instructor status.
  • Possess, at minimum, Emergency Medical Responder certification.
  • Be authorized to offer Wilderness First Aid, Advanced First Aid, and Pet First Aid through ECSI.
  • Possess a NIH PIV badge with physical access authorization.
  • Be able to conduct virtual training if needed for continuity of operations ( e.g., during a pandemic). Certification requirements will stand as decided by the Training Authority (AHA, ECSI, etc.). In these cases, the Instructor must also be able to conduct in-person skills checks/assessments when needed.

For quarterly First Aid kit services:

  • Technician must possess a NIH PIV badge with physical access authorization and be able to conduct all services independently without escort or assistance from NIAID staff.
  • The contractor/subcontractor and technician are both responsible for ensuring kits and their contents meet or exceed current ANSI guidelines.
  • Tourniquets must be included in all kits and must be the windlass type and a brand/model recommended by the Committee for Tactical Emergency Casualty Care (Co-TECC).
  • Training in the exact type of tourniquets that are stocked in the kits must be incorporated into training classes provided by the contractor/subcontractor.

Period of Performance of Service:  08/01/2024 to 07/31/2025

Location:  Rockville, MD  20852

Capability Statement

Capability statement must also include the following information: 1) organization name, address, point of contact, email address, website address, telephone number, UE ID# with an active SAM.gov registration, and a tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of capability.

Submission Instructions

Any potential offers should respond with their capability statement by 4:00pm eastern standard time, Tuesday, May 28, 2024, in writing by email (subject line to reference NIAID-SS-24-2220682). All responses under this Sources Sought Notice must be emailed to directly to, Rita Davis: rita.davis@nih.gov with the Sources Sought ID# SS-NIAID-24-2220682 in email the subject line.

Contact Information

Contracting Office Address

  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jun 12, 2024 11:55 pm EDTSources Sought (Original)