SOLICITATION NOTICE
Q -- Medical Evacuation Services
- Notice Date
- 2/20/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- USZA92-02-Q-0008
- Response Due
- 3/8/2002
- Archive Date
- 3/23/2002
- Point of Contact
- Karen Glass, Contracting Officer, Phone 910-432-6145, Fax 910-432-9345,
- E-Mail Address
-
glasska@soc.mil
- Description
- 17(i). This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 17(ii). The solicitation number, USZA92-02-Q-0008, is issued as a Request for Quotation (RFQ). 17(iii). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04. 17(iv) This procurement is unrestricted. All responses from responsible sources timely received will be fully considered. 17(v). This contract action is to provide coverage for Medical Evacuation of 3d SFG(A) soldiers while deployed outside of USA. Period of Performance is 12 months with one - 1 yr. option period. CLIN 0001: 12 months (anticipated 1 April 2002 - 31 March 2003), CLIN 0002: 12 months (anticipated 1 Oct 2001 - 30 September 2002). The contractor will provide the following services: a) Continuous (24 hours a day, 365 days a year) aeromedical evacuation/repatriation for injured or ill 3d SFG(A) soldiers or soldiers deployed with 3d SFG(A) overseas (Africa or the Middle East) on peacetime training deployments. b) Contractor will provide aeromedical evacuation upon request by 3d SFG(A) onsite medical provider (Group Surgeon, physician assistant, or special forces medic) or 3d SFG(A) Commander or Surgeon. Only those soldiers that have a condition that may cause the loss of life, limb or eyesight, or that exceeds the medical capabilities of the providers with that soldier, will be the subject of aeromedical evacuation. c) Contractor, in conjunction with 3rd SFG(A) medical providers, will determine best mode of evacuation/repatriation for each instance of medical evacuation. Contractor must provide movement by either commercial airliner or by a civilian air ambulance depending on the situation and necessary in-flight care as identified by 3d SFG(A) medical provider onsite. d) For commercial airliner evacuation, contractor must purchase and confirm tickets, 1 for the ill/injured soldier and 1 for a medical attendant, within 6 hours of notification. The tickets must facilitate transportation from the nearest appropriate airport to the destination medical treatment facility. e) For civilian air ambulance evacuation, contractor must deploy the aircraft within 6 hours of notification. Contractor must provide or obtain all necessary diplomatic and civilian over-flight and landing credentials. If possible, based on treatment, space and weight constraints, contractor will facilitate the transportation of an accompanying medical attendant from 3d SFG(A) on the air ambulance. f) Contractor will transport the injured soldier and medical attendant to a destination medical facility comporting with US standard of medical care. Confirmation of suitable medical facility will be made with the 3d SFG(A) surgeon's office prior to the evacuation. If a patient's condition would be worsened due to prolonged travel to a US standard of care facility, transport to an agreed upon alternate treatment facility will be allowed. g) Contractor will identify the accepting physician at the destination medical treatment facility and notify 3d SFG(A) surgeon's office within 12 hours of medical evacuation notification. h) Contractor will provide suitable ground transportation from airport to the destination medical treatment facility. i) Contractor will provide the 3d SFG(A) surgeon's office continuous updates, every 3 hours, of the status of the evacuation. The contractor shall not use any MEDEVAC of 3rd SFG (A) member in advertising or testimonials. The contractor will ensure the Air Ambulance Provider Criteria includes a FAA part 135 Air Taxi Certificate with Air Ambulance Endorsement or International equivalent, state licensing when required, adequate insurance for the Aircarft/Crew, Medical personnel and evacuees. 17(vi). N/A. 17(vii). N/A. 17(viii). FAR provisions and/or clauses referenced will be furnished in full text upon receipt of written request. Solicitation Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000) is hereby incorporated by reference. 17(ix). Solicitation Provision FAR 52.212-2, Evaluation -Commercial Items (Jan 1999) is hereby incorporated, the evaluation factors are price, evacuation coverage, experience, communications and past performance. The government will make a determination of best value based on the evaluation factors cited. Price is the most important, evacuation coverage is slightly more important then experience and past performance and experience and past performance is slightly more important then communications. 17(x). Contractors are reminded to submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items (Feb 2002) with their quote. 17(xi). Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Dec 2001) is hereby incorporated by reference. 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Dev. (Apr 2001) is hereby incorporated by reference. 17(xiii). Additionally, the following clauses are applicable to this solicitation, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7004, Required Central Contractor Registration, and 52.217-9, Option to Extend the Term of the contract (Mar 2000), the following information is provided to fill-in the clause: within "30 - 60 days from the contract expiration" and preliminary notice is provided "60" days... and...shall not exceed "24 months". 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xv). NA. 17(xvi). Questions pertaining to the solicitation must be submitted in writing and may be faxed to Karen Glass at (910) 432-9345. Signed and dated quotes referencing the RFQ number USZA92-02-Q-0008 must be submitted, no later than 4:30 p.m. 8 March 2002, to Karen Glass at USASOC, ATTN: AOCO, Fort Bragg, NC 28310 or may be faxed to (910)432-9345. The quotes must provide sufficient detail on the evacuation coverage, experience, communications, and past performance to allow for the government to make a best value determination. Contractors who do not provide details of their offer will not be considered. 17(xvii). Karen Glass is the point of contact regarding this solicitation.
- Record
- SN00028812-W 20020222/020220213429 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |