Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2003 FBO #0667
SOLICITATION NOTICE

V -- EMS Services for ALS/BLS runs

Notice Date
9/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-03-T-0146
 
Response Due
9/25/2003
 
Point of Contact
Nick Delos Reyes, Purchasing Aagent, Phone 619-532-5289, Fax 619-532-5596,
 
E-Mail Address
nddelosreyes@nmcsd.med.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. A written solicitation will not be issued. The solicitation, number N00259-03-T-0146, is issued for reference only. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-15. The contractor shall provide CLIN: 0001: To provide guidance to Paramedics Technician of NMCSD (EMS) for outpatient needs to include ? Services on a per call basis in accordance with the Statement of Work (SOW). SUB CLIN: 0001AA: Base Hospital Estimated Per Year ALS RUN; Quantity: 500, Unit of Issue: EACH. SUB CLIN: 0002AB Base Hopital Estimated Per Year BLS Run; Quantity: 1500, Unit of Issue: EACH. The work to be performed shall be in accordance with the statement of work . Performance period: 01 October 2003 ? 30 September 2004 PERFORMANCE WORK STATEMENT. 1. SCOPE OF CONTRACT a. As per San Diego County Protocols and standards, every ambulance service needs to affiliated with a base hospital who provides medical guidance to those EMT' s and Paramedics in the field whose responsibility is to provide their patients with the correct level of care. . .. I b. This service provided by Scripps Mercy Base Hospital will not only fulfill this requirement, but will provide our Emergency Medical Service with added options at a low cost to the government c. Based on the amount of calls (call volume) that Naval Medical Center San Diego receives each year, the most cost effective service offered is through Scripps Mercy Base Hospital based on a "per call" price. ' . 2. SERVICES a. The following are the services that will be rendered by Scripps Mercy Base Hospital: (1) Paramedic call Over-site / Medical Control . Estimated 500-600 calls per year (2) BLS Chart Review - Quality Assurance Approximately 1600 charts per year 260 hours = 10 minutes over-site per call (3) ALS Chart Review - Quality Assurance 240 hours per year (4) Administration Participation 100 hours per year Base Hospital Coordinator & Medical Director Over-site (5) Educational Services 48 Instructor hours 8 hours Instructor over-site One 4 hour class each quarter to include: . Case review based on Quality Assurance trends . Treatment/PolicylProtocol Upda.tes & Review' . Skills review/testing or remedial training as needed . Clinical/Medical related lectures relating to Quality Assurance EMTDC Instructor Over-site . (6) Clerical Support Data Processing - Access database 2000 charts per year 3. COST LEVEL MODEL (a) ALS call volume: (1) 0-20 calls per month / 0-200 calls per year = (2) 21-35 calls per month /200-400 calls per year = (3) 35-50 calls per month! 400-500 calls per year = (4) >50 calls per month / > 500 calls per year.= l (b) BLS call volume (1) 0-135 calls per month /1600 calls per year = (2) >135 calls per month / >1600 calls per year = 4. NAVAL MEDICAL CENTER SAN DIEGO RESPONSIBILITIES (a)The Naval Medical Center will maintain an EMS Medical director and an EMS Manager / Coordinator to liaison between Scripps Mercy Base Hospital and us to ensure the contract is being carried out. Responsibilities will also include a chain of command for those EMT' s and Paramedics who need to communicate on an "off-1ine" conversation with the base hospital (b) Naval Medical Center San Diego will be continue to supply and provide maintenance to those ambulances for the Federal Fire Department and Naval Medical Center EMf's. ( c) The Government may terminate this Contract for default for failure to abide by the provisions of this contract, abuse of its provisions, or abuse or fraud committed against any agency of the government by the contractor, or incapacity rendering the contractor incapable of delivering services. . The following FAR and DFARS Clauses/Provisions: 52.212-1 Instruction to Offerors-Commercial Items (Oct 2000), 52.212-2 Evaluation-Commercial items (JAN 1999), 52.212-3 Offeror Representations and Certifications-Commercial Items (2/00), 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002), 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive orders-Commercial Items (Jun 2003), with the following clauses incorporated by reference in paragraph (a) 52.233-3 Protest after Award (Aug 1996) (31 U.S.C. 3553), paragraph (b) 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (Apr 2002) (E.O. 11246), 52.222-36 Affirmative Action for Workers with Disabilities, 52.222.36 Affirmative Action for Handicapped Workers (Jun 1998) (29 U.S.C 793), 52.225-13 Restriction on Certain Foreign Purchases (Jun 2003) (E.O. 12722, 12724, 13059, 13121, and 13129), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31U.S.C. 3332), 252.204-7004 Required Central Contractor Registration (Nove 2001), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 252.225-7013 Duty Free Entry (Apr 2003), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), 52.252-2 Clauses Incorporated By Reference (FEB 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2000), with DFARS Clause 252.225-7001 incorporated in reference (b) Buy American and Balance of Payment program incorporated in reference (b), 252.232-7003 Electronic Submission of payment Requests (Mar 2003). Quotations will be evaluated based on technical capability, past performance, and price. Technical capability and past performance when combined are more important than cost or price. Prior to award, the government will contact the references for the purpose of acertaining their capability relative to the SOW. Offeror must complete and submit with their quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (2/00), Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. The offer due date is close business on 25 September 2003.
 
Record
SN00440326-W 20030925/030923213326 (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.