Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
MODIFICATION

Q -- Emergency Ambulance Service for Robins AFB, GA

Notice Date
7/20/2006
 
Notice Type
Modification
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
Reference-Number-F3Q4CA6171A300
 
Response Due
8/1/2006
 
Point of Contact
Terri Frye, Contract Officer, Phone (478)926-6111, Fax (478)926-3590,
 
E-Mail Address
Terri.Frye@robins.af.mil
 
Description
The purpose of this adendment is to restate the Evaluation Factors in accordance with clause 52.212-2: Price and Price related factors, Conformance to performance specifications (PWS), and Past Performance. Contractor shall provide emergency patient (Ambulance Service) transport services at Robins AFB GA and all associated housing areas. In accordance with the attached Performance Work Statement. 12 month service with 4 annual option years. Period of Performance: 18 Sept 2006 - 17 sept 2006 with 4 annual option years. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being required and a written solicitation will not be issued. The following clauses are applicable to subject solicitation: FAR 52.212-1 (Instructions to Offerors), 52.212-2 (Evaluation - Commercial Items), 52.212-3 (Offeror Representations and Certifications - Commercial Items), 52.212-4 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items). IAW clause 52.212-2, the evaluation factors shall be: Price and Price related factors, Conformance to performance specifications (SOW). This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular Current to: FAC 2005-11, Effective 05 Jul 2006. NAICS Code 621910. Place of erformance/FOB Robins AFB, GA. Service shall begin on 18 Sept 2006. Convict labor 52.222-21, Prohibition of Sergregated Facilities 52.222-26, Equal Opportunity 52.222-41, Service Contract Act of 1965, As amended 52.222-42, Statement Of Equivalent Rates for Federal Hires 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3, Contractor Identification Wage Determination 94-2139 Rev.32 dated 05/24/2006 applies to this solicitation. Request For Quotes may be faxed to Terri Frye at 478 926-3590. Oral Procedures will be used for this solicitation. Quotations may be faxed to (478) 926-3590 The anticipated award will be 03 August 2006 All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. ***Performance Work Statment will be a uploaded document. Houston County Emergency Management System protocols with local hospitals. 1.2.6. Coordinate patient transport with local hospitals. 1.2.7. Provide on scene ambulance coverage for 78 CES Live Pit Fire training to include weekend and non duty hours 1.2.8. Provide semi-annually training to Flight Medicine/Field Response Team personnel. The Contractor will provide assistance with EMT Refresher courses and Readiness Skills Verification Program. 1.3 PARTICIPATION IN ROBINS AFB AND MFH EXERCISES 1.3.1 Respond immediately to scenarios, report to on scene Emergency Medical System (EMS) Incident Commander, and utilize checklists for EMS disaster response on Robins AFB. 2.0 SERVICE DELIVERY SUMMARY Performance Objective PWS Para Performance Threshold Ambulance ResponseResponse time to emergencies during duty hours, non-duty hours, weekend, and federal holidays. 1.0 During duty hours response time from unit notification to scene cannot exceed 7 minutes DocumentationPreparation of all required ambulance response sheets to meet standards of the Military Health Facility 7.1 Ambulance sheet delivered to Quality Assurance Monitor within 24 hours 3.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government will provide the following equipment, supplies services listed below: 3.1. CONTRACTOR SPACE AND EQUIPMENT. The Government will provide the contractor office space located in Building 700 to general office furniture such as desk and chairs. The Government will provide parking space (outdoors) for the ambulance at Building 700, Ambulance Services, 655 Seventh Street. The Contractor will maintain the area around where the ambulance will be stationed and any areas that the Contractor uses on a daily basis. 3.2. FORMS: The MHF will provide any required Government forms used in the performance of services. The state of Georgia Ambulance Run Sheet will be used to document all responses and patient transports. 3.3 MAPS: The MHF will provide base maps to the contractor. The MHF will provide updated maps to the contractor whenever they become available. The contractor will limit the copying and or distribution of these maps due to security purposes. 3.4 SPECIALIZED TRAINING. The Flight Medicine Flight will provide initial and quarterly refresher training in the use of 100% Oxygen system via Aviator's mask for treatment of Decompression Sickness (DCS). Flight Medicine will provide at least one in- house exercise annually on the use of this system. 4.0 GENERAL INFORMATION: 4.1 DOCUMENTATION. The Contractor will prepare all documentation to meet or exceed established standards of the MHF to include: timeliness, legibility, accuracy, content and signature. The Contractor will ensure complete patient identifying information is on all documentation to be provided to the MHF relating to the transport. The Contractor will be required to complete run sheets on each response and forward to the QAE within 24 hours of the incident. The QAE will provide guidance for the paramedic who will maintain and dispose of those records, files, documents, and work papers if required. All records, files, documents, and related work papers provided by the Government remain Government property. 4.2. PERSONNEL REQUIREMENTS: 4.3 CONTRACTOR PERSONNEL: The Contractor will provide a point of contact and any alternates (s) who will act for the Contractor when not available. The POC will be designated in writing to the Contracting Officer within 5 days after contract award. The Contractor will provide telephone numbers and email address of the Contract Manager and alternates (s) where these persons may be contacted at any time. The Contractor will provide a written estimate of what community standards are for ambulance response for Houston County area. The Contract Manager and alternates (s) will have full authority to act for the Contractor on all matters relating to operation of this contract at Robins AFB. The Contract Manager and alternates (s) will be available to meet on the installation with Government personnel designated by the Contractor Officer to discuss the problem areas. A point of contact will be available Mon-Friday 0600-1800. 4.4 CERTIFICATION REQUIREMENTS. Contractor will provide the following: 4.4.1 Current Basic Life Support is documented on all paramedics and Emergency Medical Technicians and Advanced Cardiac Life Support (ACLS) documentation for all paramedics. 4.4.2 Copy of valid current unrestricted state of Georgia Paramedic Certification 4.4.3 Paramedic continuing medical education, driver education and training files. 4.4.4 Certification of current HAZMAT Awareness training is for all ambulance response personnel. Personnel must complete the First Responder Awareness Level and Decompression Sickness Training. The contractor is subject to provide proof of training within five duty days upon request. 4.5. REQUIRED TRAINING. The contractor will be available to conduct or participate in training in conjunction with the Fire Department as required by Robins AFB. This will include flight line training and special training related to flight line response. Newly assigned personnel will receive flightline training within 30 days of date of hire. 4.5 LICENSE/REGISTRATION. Contract personnel will possess a valid unrestricted emergency Medical Technician or Paramedic license to provide paramedic services in Georgia. 4.6. HEALTH REQUIREMENTS. Contract personnel providing services under this contract will receive a pre-employment physical examination and TB skin testing and immunizations prior to commencement of work and annually thereafter which will not be provided by the MHF. 4.7 INDEMINIFICATION AND MEDICAL LIABILTY INSURANCE. The Contractor will provide and maintain adequate liability insurance coverage consistent with risks associated with the performance of all services required by this PWS. 4.8 RECORDS. The contractor will be responsible for creating, maintaining, and disposing of only those Government required records which are specifically cited in this PWS or as may be required by the provisions of a mandatory directive listed in appendix B of this PWS. If requested by the Government, the Contractor will provide the original record or a reproducible copy of any such records within five working days of receipt of the request. 4.9. PATIENT INFORMATION. Patient information, no matter how developed, will be treated as privileged information. Contract personnel must comply with guidelines set forth in the Privacy Act and the Health Insurance Portability Accountability Act. Lists and/or names of patient will not be disclosed to or revealed in any way for any use outside the MHF without prior written permission by the Chief of Medical Staff and Contracting Office. 4.10 IAW with DODI 3020.37, Continuation of Essential DOD Contractor Services during Crisis applies to this effort. 5.0 Appendices. Publications and forms applicable to the performance work statement are listed below. The contractor is obligated to follow these publications. These publications are available in the Military Health Facility and maintained by the Government. Supplements or amendments to listed publications form any organizational level may be issued during the life of the contract. 5.1 AIR FORCE REGULATIONS AND INSTRUCTIONS AFI 44-119 Clinical Performance Improvement In its entirety AFI 44-102 Community Health Management In its entirety 5.2 OTHER REFERENCES: EMS Statutes and Regulations In its entirety DOT EMT P Guidelines In its entirety FORMS: State of GA – Patient Care Report In its entirety Contractor shall provide emergency patient (Ambulance Service) transport services at Robins AFB GA and all associated housing areas. In accordance with the attached Performance Work Statement. 12 month service with 4 annual option years. Period of Performance: 18 Sept 2006 - 17 sept 2006 with 4 annual option years. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being required and a written solicitation will not be issued. The following clauses are applicable to subject solicitation: FAR 52.212-1 (Instructions to Offerors), 52.212-2 (Evaluation - Commercial Items), 52.212-3 (Offeror Representations and Certifications - Commercial Items), 52.212-4 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items). IAW clause 52.212-2, the evaluation factors shall be: Price and Price related factors, Conformance to performance specifications (SOW). This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular Current to: FAC 2005-11, Effective 05 Jul 2006. NAICS Code 621910. Place of erformance/FOB Robins AFB, GA. Service shall begin on 18 Sept 2006. Convict labor 52.222-21, Prohibition of Sergregated Facilities 52.222-26, Equal Opportunity 52.222-41, Service Contract Act of 1965, As amended 52.222-42, Statement Of Equivalent Rates for Federal Hires 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3, Contractor Identification Wage Determination 94-2139 Rev.32 dated 05/24/2006 applies to this solicitation. Request For Quotes may be faxed to Terri Frye at 478 926-3590. Oral Procedures will be used for this solicitation. Quotations may be faxed to (478) 926-3590 The anticipated award will be 03 August 2006 All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. ***Performance Work Statment will be a uploaded document. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-AUG-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/WRALC/Reference-Number-F3Q4CA6171A300/listing.html)
 
Place of Performance
Address: Robins AFB, GA
Zip Code: 31098
Country: UNITED STATES
 
Record
SN01128203-F 20060830/060828223817 (fbodaily.com)
 
Source
FedBizOpps 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.