Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

V -- Ambulance Services

Notice Date
9/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), 1970 Roanoke Boulevard, Salem, Virginia 24153-5483
 
ZIP Code
24153-5483
 
Solicitation Number
246-04-00621
 
Response Due
10/17/2003
 
Archive Date
11/15/2003
 
Point of Contact
Contracting Officer - Kathy Allen, Contract Specialist, (540) 224-1911
 
E-Mail Address
Kathy Allen
(kathy.allen6@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes a formal Request for Proposals (RFP) and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. RFP 246-04-00621 should be referenced on all proposals. The applicable NAICS code is 621910 with a size standard of $6.0 million. The VA Medical Center, 1970 Roanoke Blvd., Salem, Virginia 24153 has a requirement for Ambulance Services. This procurement is to obtain Basic Life Support (BLS) and Advanced Cardiac Life Support (ACLS) Ambulance Services to beneficiaries of the VAMC, Salem Virginia. Ambulance services are for the Acute Care Service Line. Contractor shall provide, as requested, BLS/ACLS Ambulance Services, with the capability of supporting the function of an intra-aortic balloon pump. The ambulance shall stand by (parked on Salem VAMC campus) while Percutaneous Transluminal Coronary Angiography’s (PTCA’s) are performed for the beneficiaries of the VAMC, Salem, Virginia. Service to be for Salem VAMC, Virginia, Monday through Friday, 7:45 a.m. to 4:30 p.m., or until completion of the PTCA procedures. Salem VAMC shall contact the Contractor by telephone in order to request a standby a minimum of one (1) hour prior to standby date. Contractors shall submit with their proposal copies of licenses of all Paramedics and Emergency Medical Technicians used in the performance of this contract. Offerors shall provide proof that the ambulance business is licensed by the Virginia Emergency Medical Services with their proposal. Each offeror must submit with their proposal a description of the make of vehicle(s), model and year to be used in accordance with this solicitation. Proof shall be submitted with offeror’s proposal that Emergency Medical Technician(s) (EMT) providing emergency services on the ambulance have completed training in accordance with the standards published by the Department of Health and Human Services and meet all Federal, State, and local guidelines. Proof in the form of a current certificate that technicians and drivers are capable to administer oxygen and have successfully completed the Standard and Advanced First Aid Courses of the American Red Cross or U.S. Bureau of Mines, or equivalent, must be submitted with proposal. Any EMT providing services under this contract will be, at a minimum, a Virginia Certified Cardiac Technician or a Virginia Certified EMT Intermediate Technician. Evidence of insurance coverage shall be submitted with proposal. This is a Fixed-Price, Indefinite Delivery/Indefinite Quantity Contract. The estimated amount of ambulance services that will be required under the resultant contract will be 500 hours annually (estimated minimum quantity: 100 hours per year; estimated maximum quantity: 500 hours per year). Multiple awards may be made. This contract will be for the period November 1, 2003 through October 31, 2004 with four (4) available option years. Provisions and clauses found at 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications –Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this RFP. The following FAR and VAAR clauses and provisions are added by addendum: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-34 Payment by electronic Funds Transfer-Other than Central Contractor Registration; 52.222-41 Service Contract Act; 52.222-42 Statement of Equivalent Rates for Federal Hires – Equivalent Rate for EMT/Paramedic/Ambulance Drive = $16.24/hr.; 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment; 52.216-18 Ordering; 52.216-19 Order Limitations; 52.216-22 Indefinite Quantity; 52.216-27 Single or Multiple Awards; 52.212-2 Evaluation – Commercial Items (Technical Capability; Education and Training of Employees; Equipment; Past Performance. Technical capability and Past Performance, when combined, are approximately equal to Price. Two proposals shall be submitted: a Technical Proposal addressing all evaluation factors and a Cost Proposal providing price for each item as shown in Chapter B of the solicitation. Information regarding award and evaluation criteria procedures and requirements are provided in the attached solicitation); 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.228-5 Insurance-Work on a Government Installation; 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.233-2 Service of Protest; 852.216-70 Estimated Quantities; 852.233-70 Protest Content; 852.233-71 Alternate Protest Procedure; 852.271-70 Nondiscrimination in Services Provided Beneficiaries; 852.237-7 Indemnification and Medical Liability Insurance; 852.237-71 Indemnification and Insurance; 852.270-4 Commercial Advertising; 852.270-1 Representatives of Contracting Officers. Department of Labor Wage Determination No. 1994-2547, Revision No. 19 for Southwest Virginia is applicable to this solicitation. Contracting with Parties Listed on the OIG List of Excluded Individuals/Entities: In accordance with the Health Insurance Portability and Accountability Act and the Balanced Budget Act of 1977, the Office of Inspector General has established a list of parties and entities excluded from Federal Health care programs. Specifically, the listed parties and entities may not receive Federal Health Care program payments due to fraud and/or abuse of the Medicare and Medicaid programs. Therefore, all offerors shall review the OIG List of Excluded Individuals/Entities on the OIG web site at www.hhs.gov/oig to ensure that the proposed candidate(s) and/or firm(s) are not listed. Offerors should note that any excluded individual or entity that submits a claim for reimbursement to a Federal health care program, or causes such a claim to be submitted, may be subject to a Civil Monetary Penalty (CMP) of $10,000 for each item or service furnished during a period that the person or entity was excluded and may also be subject to treble damages for the amount claimed for each item or service. CMP’s may also be imposed against health care providers and entities that employ or enter into contracts with excluded individuals or entities to provide items or services to Federal program beneficiaries. JCAHO Compliance: The Contractor shall perform required services in accordance with the standards of the Joint Commission on the Accreditation of Healthcare Organization. The Contractor shall adhere to Veterans Health Administration regulations and the policies, procedures. The Contractor shall be responsible to provide the following to its employee(s): Workers’ Compensation Insurance; Liability Insurance; Health Examinations; Income Tax Withholding; Social Security Payments. Payment: Sums due the Contractor shall be paid monthly in arrears. Billings rendered by the Contractor for services furnished a VAMC beneficiary shall be billings in full. Neither the beneficiary, his insurer, nor any third party, shall be billed. Payment address is Chief, Resources Support Service (04A), VAMC, 1970 Roanoke Blvd., Salem, VA 24153. Contracting Officer’s telephone number is (540)224-1911; FAX number is (540)983-1065. All responsive, responsible sources who submit a proposal that is received by 12:00 Noon EST, October 17, 2003, will be considered by the Government. Facsimile proposals will not be accepted. Proposals shall contain the completed clauses FAR 52.212-3 Offeror Representations and Certifications-Commercial Items.
 
Web Link
RFP 246-04-00621
(http://www.eps.gov/spg/VA/SaVAMC658/SaVAMC658/246-04-00621/listing.html)
 
Record
SN00426119-F 20030906/030904213913 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.