Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2013 FBO #4061
DOCUMENT

V -- Zablocki VAMC Wheelchair Transportation Services "Outside Milwaukee County" Sources Sought Notice Anticipated April 2013 Notice - Attachment

Notice Date
1/4/2013
 
Notice Type
Attachment
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D13I0365
 
Response Due
1/11/2013
 
Archive Date
2/10/2013
 
Point of Contact
Jason Rathsack
 
Small Business Set-Aside
N/A
 
Description
VA69D-13-I-0365; Source Sought Notice for Wheelchair Transportation - Out of County For Zablocki VAMC in Milwaukee, WI Jason Rathsack, Contract Specialist, NCO 12 GLAC 12/31/2012 The Zablocki VA Medical Center, 5000 West National Avenue, Milwaukee, Wisconsin is seeking potential sources capable of providing all personnel, equipment, and materials necessary to provide safe and comfortable wheelchair van transportation on an as needed basis, Monday through Sunday, 24 hours a day, including Federal Holidays to and from locations that cross Milwaukee County borders. This contract will not cover transportation within Milwaukee county which is covered under a separate contract vehicle. The driver shall assist the patient, as necessary, to enter and exit vehicles; and to enter, locate, and sign-in at appropriate clinic areas upon arrival at destinations. An attendant, in addition to the driver, shall be provided upon request. Vehicles transporting patients shall not carry non-VA contract patients or private pay patients with VA patients. Most trips will be with a starting or ending point in the surrounding counties of Milwaukee including Waukesha, Racine, Ozaukee, Walworth, and Washington counties and start or end at the Milwaukee VA Medical Center or affiliated clinic. Contractor will also provide transportation services for patients with appointments at other health care facilities in the Madison, Tomah, Iron Mountain, or Chicago areas. The vehicles and equipment with which the Contractor renders the above services must meet all State of Wisconsin requirements for insurance, registration, and equipment and are to include, but not be limited to the following: (1) Emergency communication equipment must be isolated from the engine battery, (2) Cellular phones and two-way radios are acceptable communication equipment - furnished by the contractor, (3) Approved system for wheelchair securement devices and a tool designed for cutting securement straps in case of emergency, (4) Safety requirements for seat belts and handling of motorized or electric wheelchair, (5)Contractor must furnish shoulder/chest harness for double amputee patients when applicable, (6) Provide vehicles with interior of sufficient height to ensure that an individual of 6' has adequate head clearance. VAMC employees responsible for requesting service will indicate at time of ordering if such a vehicle is required. (7) Vehicles must be handicapped accessible and meet all applicable Federal and State Motor Vehicle Safety Standards. (8) The ramp or lift shall have a slip-proof surface. (9) All additional items such as first aid kits, flashlights, warning triangles, ice scrapers, blankets, etc. shall be secured and stored below the level of seat backs. (10) Dry chemical fire extinguishers shall be securely mounted in a bracket and readily accessible to the driver in an emergency. Extinguishers shall be serviced annually and bear a tag indicating date of service. Fire extinguishers must be inspected and maintained in accordance with National Fire Protection Association (NFPA) Standard 10 and secured to the vehicle body. (11) Heater(s) are to be of sufficient capacity to maintain patient's warmth during winter months. (12) All vehicles are to be air conditioned. The applicable NAICS Code is 485991 with a size standard of $14.0Million. No formal solicitation document exists at this time. Responses to this sources sought notice should include answers to the below listed questions along with the following: name and address of company; business size (large or small); identify whether or not firm falls into any of the following socioeconomic categories - 8(a), HUBZone, Service Disabled Veteran-Owned; firm's experience in providing services as described above and for whom, and any other pertinent information, which demonstrates ability to meet the above requirement. All responses shall be submitted in writing no later than 3:00 PM local time, January 11, 2013, to the attention of: Jason Rathsack, VA GLAC, 115 South 84th Street, Suite 101, Milwaukee, WI 53214-1476. E-mail address: Jason.rathsack@va.gov. If you have questions or need additional information, please contact Jason via email. Questions 1.Do you currently have operations setup, to include equipment, facilities, and/or labor, within 75 miles of the Zablocki VAMC? 2.Please list up to five of your current customers for whom you provide similar services and indicate whether they are Government, non-profit, or private. 3.Please indicate the pricing structure of your current transportation contracts. Some options may include: a.Pre-negotiated, fixed price rates for trips based on distance or service level. b.Pre-negotiated, fixed price rates for trips plus an adjustment factor based on cost of fuel. c.A fixed-price lump sum monthly fee regardless of the # of trips provided in any month. (based on an estimated quantity provided by the GOV) d.A fixed-price lump sum monthly fee with a target # of trips and a min/max (provided by the GOV). If the contractor exceeds the max, the contractor is entitled to additional compensation. If the # of trips falls below the minimum, the Government is entitled to a decrease in cost for that month. 4.Given the above cost structure options, is there a structure that would make you more or less likely to submit a proposal? 5.Regardless of the cost option, what length of contract (up to 5 years) would you prefer? Also, what length of a contract would you be willing to propose costs up front? 6.Feel free to list any other information that you feel would assist the Government in understanding the current marketplace. Thank you for your time. Please continue to monitor www.fbo.gov for a pre-solicitation notice as well as the solicitation. Anticipated release (subject to change) is mid April.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D13I0365/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-13-I-0365 VA69D-13-I-0365.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=574092&FileName=VA69D-13-I-0365-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=574092&FileName=VA69D-13-I-0365-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02959647-W 20130106/130104234534-d22c4b4db4752d204d8be5c35ff9ef68 (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.