Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

Q -- Ambulance Service - USAFAProvide full emergency patient transport servicesat the United States Air Force Academy (USAFA) toinclude the USAFA flight line, Pine Valley andDouglas Valley housing areas Interstate 25.

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Ray Blomquist, Contracting Officer;VA Denver Distribution Center (791/905D);155 Van Gordon St;Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
VA-791-06-RQ-0013
 
Response Due
9/19/2006
 
Archive Date
11/18/2006
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a Request for Quotation (RFQ) from the Veteran's Administration, Denver Acquisition and Logistics Center (DALC). It is numbered 791-D-06-0021. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. This procurement is a full and open competitive requirement for offerors possessing all necessary base, local, state, and federal licensing, certification, and accreditation requirements. NAICS Code: 621910 Small Business Size Standard: $6.5 million Set-Aside: None Line Item 1: Ambulance service (supplemental) for the USAF Academy Flight Line, Selected Housing Areas, and some areas of I-25. The Government is contemplating a basic contract period of one year, beginning on, or about, 25 September 2006, and including 4, one-year option periods. Description: The contractor will provide full emergency patient transport services at the United States Air Force Academy (USAFA) and the 10th Air Base Wing, to include the USAFA flight line, Pine Valley and Douglas Valley housing areas and Interstate 25. This emergency patient transport service will consist of one dedicated ambulance positioned at the USAFA flight line, with backfill coming as per USAFA Fire Department and El Paso County dispatch protocols. The contractor must furnish all labor, management, supervision, vehicles, supplies, equipment, transportation, and reports, except as provided in Section 3 of the Statement of Work, titled Government-Furnished Property, and Services. The contractor will, at a minimum, cover the full range of Emergency Medical Technician (EMT), paramedic, and ambulance services provided in the local community to include local protocols or standing orders and staffing minimums in accordance with the most current Colorado applicable regulations and protocols. Performance shall be according to the requirements contained in this Statement of Work (SOW) and professional standards of the Joint Commission on Accreditation of Healthcare Organizations (JCAHO), and the Colorado State Department of Health's Division of Emergency Medical Services. Services must be provided in accordance with Statement of Work dated 1 August 2006 (available upon offeror request) and will be monitored as described in the Quality Assurance Surveillance Plan (available upon offeror request). Special Note: Potential offerors must have the ability be certified, licensed, and/or accredited as necessary to provide these services in El Paso County and the state of Colorado by the time of contract award in order to be considered for evaluation and subsequent potential award. Date(s) and place(s) of delivery and acceptance and FOB point. DELIVERY INFORMATION Delivery schedule: In accordance with performance schedule of the contract. Delivery Address: United States Air Force Academy (USAFA) 10th Medical Group 4102 Pinion Drive, Suite 3 USAF Academy, CO 80840 Delivery Period: On/about 25 September 2006 to 25 September 2011 (provided all option periods are exercised.) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and the following addenda apply: ADDENDA TO 52.212-1: Offerors are highly encouraged to submit offers via e-mail to ray.blomquist@va.gov, or offers may be faxed to (303)914-5420. Multiple offers [ ] will [X] will not be accepted. The provision at 52.212-2, Evaluation-Commercial Items, will be used for this procurement. The following addenda to this provision are applicable: ADDENDA TO 52.212-2: The Government will award an order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (in order of importance): Technical Ability (conformity to specifications), price, past performance. Technical ability and past performance, when combined, is significantly more important than cost or price. The importance of price will increase if offerors are considered essentially equal in terms of technical value. Technical Ability: Technical evaluation factors will include: 1) Offeror ability to meet vehicle and staffing requirements of the SOW. 2) Offeror's ability to meet base, local, state, and federal licensing, certification, accreditation, and insurance requirements. Offeror must submit self-certification of their ability to meet these requirements by the time of contract award. Include commercially available documentation as needed to verify this information. Price: Offerors must submit separate prices for the basic one-year period, and each successive option year in order to be considered. Prices must be fully burdened to include all overhead, general and administrative costs, as well as profit. Please submit costs broken down into monthly increments (i.e. Base Year: 12 months @ $XX per month, Total - $XX). Pricing should not include anticipated TRICARE/CHAMPUS or private insurance reimbursements as authorized for billing in the SOW. Past Performance: Offeror must submit a contract information (contact number, customer) along with a customer point of contact for all contracts for similar ambulance services for the last 3 years. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: Offerors are not required to submit the Representations and Certifications specified in this clause if your firm has registered online at Online Representations and Certifications Application (ORCA), located at http://orca.bpn.gov/publicsearch.aspx, and your information is available for Government review at this web site. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition the following addenda are applicable to the clause: ADDENDA TO CLAUSE 52.212-4: CONTRACTOR REMITTANCE ADDRESS All payments by the Government to the contractor will be made in accordance with: 52.232-34, Payment by Electronic Funds Transfer -Other than Central Contractor Registration ADDENDA TO CLAUSE 52.212-4: INVOICE PROCEDURES All invoices from the Contractor must be mailed to: VA ACQUISITION AND LOGISTICS CENTER (DALC) Attn: Fiscal - Dan Felton 155 VAN GORDON ST., STE 501 LAKEWOOD, CO 80228 Invoices submitted for payment will be completed in accordance with FAR 52.212-4(g). Invoices will be submitted monthly, in arrears. ADDENDA TO CLAUSE 52.212-4: CONTRACT PAYMENT Method of payment for goods ordered under this contract will be made by Electronic Funds Transfer (EFT). Please complete the following: Does your company currently receive payments from the Department of Veterans Affairs through EFT If awarded a contract, you must be registered to receive payments electronically. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause below are applicable to the acquisition: ADDENDA TO CLAUSE 52.212-5: The following clauses are applicable to this solicitation: 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 852.203-71 Display of VA Hotline Poster (a) Except as provided in paragraph (c) below, the Contractor shall display prominently in common work areas within business segments performing work under VA contracts, VA Hotline posters prepared by the VA Office of the Inspector General. (b) VA Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043- 4647. (c) The Contractor need not comply with paragraph (a) above, if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports. (End of Clause) 852.270-4 Commercial Advertising (NOV 1984) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) The following additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) are determined by the contracting officer to be necessary for this acquisition and are consistent with customary commercial practices. SPECIAL NOTE: The contractor must contact the Contracting Officer on all matters pertaining to administration. Only the Contracting Officer is authorized to make commitments or issue changes that will effect the price, quantity or delivery terms of the contract. A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. DPAS Rating: S10 Numbered Notes. None. The date, time and place offers are due. Offers are due via e-mail, fax, or delivery on 19 September 2006, at 2:00PM local time. Offers must be submitted to: Normal Mail: Overnight: VA, DALC VA, DALC Attn: Ray Blomquist Attn: Ray Blomquist PO Box 25166 155 Van Gordon Street, Room 501 Lakewood, CO 80225-0166 Lakewood, CO 80228-1709 The name and telephone number of the individual to contact for information regarding the solicitation. GOVERNMENT POINT OF CONTACT: Agency: Department of Veterans Affairs/DALC Address: P.O. Box 25166 Denver, CO ZIP: 80225-0166 Primary Name: Ray Blomquist Title: Contracting Officer E-Mail Address: ray.blomquist@va.gov Phone No. (303) 914-5187 Fax No.: (303)-914-5420 Secondary Name: Joy Bartlett Title: Contracting Officer E-Mail Address: joy.bartlett@va.gov Phone No. (303) 914-5183 Fax No.: (303)-914-5420
 
Place of Performance
Address: USAF Academy;10th Medical Group;4102 Pinion Drive, Suite 3;USAF Academy, CO
Zip Code: 80840
Country: USA
 
Record
SN01134915-W 20060908/060906220826 (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.