Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2009 FBO #2726
SOURCES SOUGHT

Q -- Ambulance Services (ALS and BLS) to VA beneficiaries

Notice Date
5/12/2009
 
Notice Type
Synopsis
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA-241-09-RP-0258
 
Response Due
6/4/2009
 
Archive Date
7/4/2009
 
Point of Contact
Mary ConnorsContracting Specialist774-826-2604
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE. This is NOT solicitation for proposals or quotes. The purpose of this Notice is to obtain information regarding: (1) the availability and capability of qualified small business sources that can provide ambulance services (ALS and BLS) to VA beneficiaries receiving care at one or more of the facilities listed below; (2) to determine the availability of potential small businesses interested small businesses should indicate their status as: Service Disabled Veteran Owned Small Business, Veteran Owned Small Businesses, HUBZone small business, 8(a), Small businesses with other socio-economic status or Small businesses with no special socioeconomic categories; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The NAICS code for this service is 621910 and the size standard is $7.5 million. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this Notice. Contract duration will be a base year with option years. THIS IS STRICTLY MARKET RESEARCH THAT WILL ASSIST THE DEPARTMENT OF VETERANS AFFAIRS, BOSTON HEALTHCARE SYSTEM PLAN THEIR ACQUISITION STRATEGY. Proposals will not be accepted at this time.General Statement of NeedThe information provided is NOT intended to be a solicitation for proposals but rather for potential small businesses in determining their capability to meet requirements. Exact specifications and requirements will be addressed in the solicitation. The VA intends to make multiple awards by geographic locations indicated. Upon request by the VA, the contractor shall transport VA beneficiaries from the beneficiaries place of origin within the contractors region to the beneficiaries place of termination.I. VA Medical Facilities. The following facilities require transportation of VA beneficiaries. Any and all facilities may order transportation. VA Medical Center, 150 South Huntington Avenue, Boston, MA 02130Boston VA Outpatient Clinic, 251 Causeway Street, Boston, MA 02114Lowell Outpatient Clinic, 122 Marshall Road, Lowell, MA 13201Framingham Outpatient Clinic, Lincoln Medical Center, 61 Lincoln Street, Suite 112, Framingham, MA 01701VA Medical Center, 940 Belmont Street, Brockton, MA 02301VA Medical Center, 1400 VFW Parkway, West Roxbury, MA 02132Worcester Outpatient Clinic, 605 Lincoln Street, Worcester, MA 01605Edit Nourse Rogers Memorial Veterans Hospital, 200 Spring Road, Bedford, MA 01730Department of Veterans Affairs, Community Based Outpatient Clinic, 225 Boston Street, Lynn, MA 01904Department of Veterans Affairs, Community Based Outpatient Clinic, Hale Hospital, 140 Lincoln Avenue, Haverhill, MA 01830Department of Veterans Affairs, Community Based Outpatient Clinic, 895 Blue Hill Ave, Dorchester, MA 02121Department of Veterans Affairs, Community Based Outpatient Clinic, Quincy Medical Center, 2nd floor, 114 Whitwell Street, Quincy, MA 02169 I. Services.A. The contractor shall furnish ambulance service 24 hours per day, 7 days per week, including all holidays, for all patients whose trip originates within the contractors region, including trips from the facilities.B. The contractor shall furnish all linen supplies.C. The contractor shall transport the patients personal belongings of reasonable weight and quantity (e.g. adjustable walkers, shower chairs, wheelchairs, and portable televisions, etc.).D. The contractor shall provide as many ambulances as necessary to furnish timely service. Timely service is service that meets the response times indicated in Paragraph IV. Response Time, below.E. The contractors business shall, at a minimum, be licensed at the intermediate or paramedic levels to comply with Commonwealth of Massachusettss regulation 105 CMR 170.00 regarding the transfer of patients, and all staffing waivers must be current and in compliance.F. Emergency medical technicians shall have completed training in accordance with the standards published by the Department of Health and Human Services with a minimum of 81 hours or equivalent training including but not limited to an in-hospital-training period. Emergency Medical Technicians : Basic B and Paramedic P, in full compliance with training, certification, current CPR certification, valid Massachusetts drivers licenses and all other applicable provisions of Massachusetts 105 CMR 170.00 Supervised by a qualified EMT-A or Paramedic. Such training shall be accepted and consistent with the requirements for local EMS systems supported by DHHS under P.L. 93-154, 39 Federal Regulation 24,304 (1974).G. All emergency medical technicians shall be currently certified and/or licensed by local, state and regional authorities as required by law in the area in which service is performed including but not limited to EMT basic Certification, Valid Massachusetts drivers license.H. The emergency medical technician shall be enrolled periodically in refresher, continuing education and/or advanced training programs as required by state and local laws where service is performed. Refresher training shall be at a minimum equivalent to that developed by the Department of Transportation and National Highway Safety Administration. Evidence of successful training shall be provided to the Contracting Office.I. The contractors ambulances shall meet the minimum vehicle requirements as established by the current edition of Federal Specification for Ambulance KKK-A-1822 and, if applicable, the ADA of 1990, 42 U.S.C. 12101 et. Seq. At a minimum, each ambulance shall provide patient compartment facilities, oxygen and the capability for mechanical ventilation and deep suction systems and related equipment as needed, environmental climatic equipment communications and additional systems equipment, accessories and supplies as required by Federal Specifications KKK-A-1822F. The VA reserves the right to confirm compliance.J. Federal HIPPA, state, and local laws shall govern the release of patient information to the contractor. For trips within Massachusetts, upon request and as required by 105 CMR 170.240, the VA shall release relevant patient information, including medical condition at scene. For trips originating outside of Massachusetts, laws of the state in which the trip originates or federal HIPPA law shall govern the release of patient information. II. Response Time.A. The contractor shall respond to VA requests for ambulance service by arriving at the patients place of origin within thirty (30) minutes for ALS requests and thirty (30) minutes for BLS requests from the time the order/call is placed by VA.B. If prior to travel or during travel to the beneficiaries place of origin the contractor determines that they cannot comply with the response time, the contractor shall notify the appropriate VA travel office. Notification shall consist of the reason why the contractor cannot comply with the response time and an indication of the extent to which the contractor will be delayed. The contractor shall not withhold notification for any reason. Upon receiving notification, the VA may either cancel the request for transportation and request transportation from an alternative ambulance provider or wait for the arrival of the contractors vehicle. In the event that the VA elects to cancel the request for transportation, the VA may charge back to the contractor any additional costs that the VA incurs due to the use an alternative provider. If the VA elects to wait for the arrival of the contractors ambulance, the VA will charge back to the contractor. In any event, failure to respond to any calls within the response period due to causes not beyond the contractors control may result in the VA taken action pursuant to FAR 52.212-4(m).C. Upon request, the contractor shall cooperate and furnish to the VA information detailed in the contractors dispatch logs, electronic rightcad records or equivalent real time recording system, ambulance sheets, or other materials requested.D. If available, the Contractor shall sign a Transport Log upon arrival at the VA facilities. Contractors may be asked to sign out for items listed but not limited to hospital linens, pillows, and any and all hospital equipment or property moved with a patient for transport.III. Specification No. KKK-A-1822FSpecification No. KKK-A-1822F is incorporated by reference. It is intended by specification No. KKK-A-1822F that the contractor provide and utilize only new vehicles under any resulting contract. The requirement to use only new vehicles is not required by the impending solicitation and resulting contract, however, any vehicle used shall comply with the requirements of Specification No. KKK-A-1822F or revisions as they are applicable.All qualified and interested small businesses should notify this office in writing (phone calls will not be accepted) by first-class mail (or email to Mary.Connors@VA.gov) on or before 10:00 a.m. EST on June 4, 2009. Responses should include: 1) identification and verification of the company certified by the Small Business Administration and indicating socio-economic category 2) a positive statement of your intent to submit a proposal for the solicitation and capability to meet potential requirements.This is NOT a Request for Proposals and does NOT constitute any commitment by the Government. Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market research/Sources Sought Notice. Responding small businesses should have an active CCR registration, DUNS number and up to date ORCA registrations. SDVOSBs and VOSBs MUST be registered in VetBiz.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA-241-09-RP-0258/listing.html)
 
Place of Performance
Address: multiple Massachusetts locations
Zip Code: 02130
Country: USA
 
Record
SN01814699-F 20090514/090512233024 (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.