The RFP Database
New business relationships start here

Respiratory Equipment - Maintenance and Repair


District Of Columbia, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

The Federal Bureau of Investigation (FBI) issues this Request for Information (RFI) to conduct market research for information and planning purposes to determine the existing market capability of businesses to provide a service, maintenance and repair contract for respiratory equipment. The Government intends to award a contract under a separate solicitation, but with this notice, the FBI wants to obtain capabilities, delivery, or other market information for planning purposes. All interested, capable, and responsible parties are encouraged to submit a response to this notice.





INTRODUCTION


The Technical Hazards Response Unit (THRU) of the Federal Bureau of Investigation (FBI) has a requirement for a service, maintenance and repair contract for respiratory equipment to maintain current and future equipment in a state of readiness. Responses to this RFI will be used to formulate final requirements for a service, maintenance and repair contract and to identify qualified manufacturers and vendors capable of meeting those requirements. The description below outlines preliminary requirements envisioned for the service, maintenance and repair contract. Respondents should identify their capabilities that would help fulfill the currently envisioned service, maintenance and repair contract requirements as well as any alternative ideas that would improve current concepts. The information gathered will be used to formulate final requirements, which will subsequently be posted in a solicitation for competitive bids.


BACKGROUND


The THRU is a rapid deployment asset of the FBI that frequently responds to major crisis sites and special events. THRU provides site safety, technical and hazardous materials operational capabilities for a number of FBI units. THRU is responsible for developing and maintaining the Bureaus capabilities for the collection of evidence during terrorism events that involves operating in environments that contain hazardous materials, toxic industrial chemicals, biological agents, and /or radiological isotopes. The THRU is continuously in the process of training and equipping Bureau personnel, field wide, to respond to these types of high hazard crime scenes. The work within the unit is highly technical, and requires the Hazardous Material Responders to be equipped with high quality, respiratory equipment.


Respiratory equipment is distributed and housed in 56 Field offices throughout the United States to include Hawaii and Puerto Rico and three Operational Response Centers (ORC) located in Fredericksburg, Virginia, Irving, Texas and Northridge, California.


Personnel from the Technical Hazards Response Unit can be activated 365 days a year at any given time and must have the required respiratory equipment to perform the required mission and for the safety of THRU personnel and others. Because of this requirement, THRU is requesting a vendor to be able to provide the service, maintenance and repair to its respiratory equipment in a timely matter throughout the contract period.


All FBI facilities have FedEx capabilities to ship and receive equipment if applicable.



CONCEPT OF OPERATIONS


The THRU is currently in a transition period from 100% Draeger respiratory equipment to a combination of both Draeger and AVON Protection respiratory equipment. We will have the requirement to be able to provide service, maintenance and repairs on equipment from both manufactures for the first year of performance. On the other consecutive years, THRU will have minimal Draeger equipment and mostly Avon Protection equipment. THRU is also responsible for the hydrostatic testing of cylinders for all of the field offices. Currently, the THRU utilizes a web-based instrument maintenance manager system that tracks all of the respiratory equipment.


REQUIREMENTS


The government requests that the contractor or contractors provide the following:


•    Certified and qualified personnel to provide service, maintenance, repairs and annual flow testing for the following (off site):
o    Draeger BG-4 closed circuit rebreathers (Qty.27)
o    Draeger PSS 100 Self Contained Breathing Apparatus (Qty.550)
o    Draeger PAS Colt (Qty. 20)
o    Avon ST54 Self Contained Breathing Apparatus (Qty.650)
o    Draeger RIT pack (Qty.3)
•    Certified and qualified personnel to service, maintenance, repairs and hydrostatic testing for the following (off site):
o    Draeger 60 minute (breathing air), 4500 psi cylinders (for PSS100 SCBA)
o    Draeger 3 liter (breathing air), 2900 psi cylinder ( for Colt SCBA)
o    Draeger 2 liter (oxygen), 3000 psi cylinder ( for BG-4)
o    Avon 60 minute (breathing air), 4500 psi cylinder (for ST54 SCBA)
•    Certified and qualified personnel to provide flow testing of respiratory equipment at the ORC in Fredericksburg, VA once a year. This will include the following, taken from the above totals:
o    Draeger BG-4 closed circuit (27)
o    Draeger PAS Colt (20)
o    Avon ST54 Self Contained Breathing Apparatus (Qty.330)
•    Update ReadiTrak tracking system with service, maintenance and repairs.
•    All serviced parts must be new Original Equipment Manufacturers (OEM) parts (with copy of certification provided) and maintain the original printer specifications and warranties
•    Requesting a "Pay As You Go" type contract with monthly consolidated invoicing.
•    The FBI will incur costs associated with shipping equipment to vendor and vendor will be responsible for costs associated with the return of equipment.
•    All service personnel must meet FBI security requirements to access secure FBI space:
o    U.S. citizen to access FBI space
o    Submit and Pass Criminal Background Check


Any, and all, questions regarding this RFI shall be submitted by email to Jerry D. Varnell, jdvarnell@fbi.gov.


REFERENCE


THIS NOTICE IS FOR PLANNING PURPOSES ONLY, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse contractors for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement.
DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.202(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract.


Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI marked proprietary will be handled accordingly. Responses to this RFI will not be returned. Contractors will not be notified of the result of the review.


HOW TO RESPOND


 
Firms that wish to respond to this RFI shall provide the following information: (1) a brief summary of the responder's ideas and qualifications being offered in response to this RFI, (2) a statement indicating an interest and the capability to provide the services as described, (3) a technical approach to perform the required services described above; (4) Rough order of magnitude of the cost for a Service/Maintenance contract as described in the RFI; and (5) confirmation of all service personnel being able to meet FBI security requirements to access secure FBI space.


DESCRIPTION OF INFORMATION REQUESTED


All contractors with an appropriate service are invited to submit a Capability Statement and contact information as described above in the "How to respond" section. The Capability Statement should discuss the service and part replacement capabilities as they relate to the potential requirements. Contractors with a GSA schedule should provide the contract number, schedule, and SIN if able to provide the services on schedule. 


 
All Responses shall be sent via email to Jerry Varnell at: jdvarnell@fbi.gov and limited to no more than 20 pages with 12 point font, not including cover letter, cover page, and/or table of contents. Responses shall also include company name and business size (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry. Please submit responses via email in Microsoft Office Format by 0800 a.m., EST, December 17, 2019.


NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and the FBI may contact one or more contractors for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.


Jerry D. Varnell, Contracting Officer, Phone 2562132573, Email jdvarnell@fbi.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP