Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2015 FBO #4900
SOURCES SOUGHT

Q -- Non-Emergency Ground Ambulance Transport Services for Tripler Army Medical Center, HI

Notice Date
4/23/2015
 
Notice Type
Sources Sought
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
 
ZIP Code
96859-5000
 
Solicitation Number
W81K02-15-T-0127
 
Response Due
6/1/2015
 
Archive Date
7/1/2015
 
Point of Contact
Lee Miyashiro, 8084336450
 
E-Mail Address
Pacific Regional Contr Ofc TAMC
(lee.miyashiro@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Source Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified sources; (2) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The NAICS code is 621910 and the size standard is $15M. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a small-business set-aside is possible. Tripler Army Medical Center (TAMC) is seeking qualified sources to provide the non-personal services of NON-EMERGENCY Ground Ambulance Transport Services. Transportation services will be required on the island of Oahu, specifically from Tripler Army Medical Center, Hickam Passenger Terminal, Schofield Barracks Acute Care Clinic, The Queen's Medical Center, Kaiser Permanente Hospital, Kapiolani Medical Center, Kuakini Rehabilitation Facility, Rehabilitation Hospital of the Pacific, Skilled Nursing Facilities, and other medical facilities as indicated. If awarded, this will be a firm-fixed price contract where the work will be required on an as needed basis. The contract term, if awarded, will be a base year and one (1) one-year option years. The anticipated start date of the base period of performance is 01 June 2015. The Government reserves the right to exercise the option years to extend the contract term. The Contractor shall be required to perform the following services and meet the minimum requirements as stated below. CATEGORY ONE: NON-EMERGENT TRANSPORTS (Ambulance) This form of patient transport will consist of, but not be limited to, ground transfer of TAMC patients to or from Military and Civilian medical facilities on or off post. This will involve transfers to civilian hospitals, skilled nursing homes, psychiatric or therapy clinics within the Island of Oahu. Transportation will also involve transfers to and/or from TAMC Inpatient Wards, Emergency Room, Schofield Barracks Acute Care Clinic, Schofield Barracks TMC, and Warrior Ohana Clinic - Kapolei. Equipment, personnel and vehicle will accommodate the patient's needs and condition for the duration of the trip. TAMC medical staff and equipment used for the transfer will be immediately returned to TAMC. Upon return the mission will be considered completed. Transport services will be pre-scheduled by authorized Government personnel. CATEGORY TWO: AEROMEDICAL EVACUATION MISSIONS (AIR EVAC). Ground transport of TAMC patients to or from military airfields and civilian airports. Air Evac transport may require BLS, AND ALS transport. Response times will normally be governed by the Estimated Time of Arrival (ETA) or Estimated Time of Departure (ETD) for the mission..Basic Life Support Personnel. A BLS crew will consist of two (2) personnel certified at the EMT-P level. Crewmembers with higher levels of certification can function in this capacity, but the service can only be billed at the BLS service rate. Advanced Life Support Personnel. An ALS crew will consist of two (2) crewmembers, with one crewmember certified at the EMP-P level. Crewmembers with higher levels of certification can function in this capacity, but the service can only be billed at the ALS service rate. Basic Life Support (BLS). Licensed and certified as an Emergency Medical Technician-Basic (EMT-B) with current certification for BLS and Automatic External Defibrillator (AED) use. Advanced Life Support (ALS). Licensed and certified as an Emergency Medical Technician- Paramedic (EMT-P). In addition to the certifications required above the provider must be licensed and certified for Basic Trauma Life Support (BTLS) or Pre-Hospital Trauma Life Support (PHTLS), Advance Cardiac Life Support (ACLS) and Pediatric Advanced Life support (PALS). Neo Natal transport. Licensed and certified as an Emergency Medical Technician- Paramedic (EMT-P). In addition to the certifications required above the provider must be licensed and certified for Basic Trauma Life Support (BTLS) or Pre-Hospital Trauma Life Support (PHTLS), Advance Cardiac Life Support (ACLS) and Pediatric Advanced Life support (PALS). Drivers shall have completed the Emergency Vehicle Operations Course (EVOC). All qualified sources are invited to submit capability statements that substantiate their experience and qualifications in performing services. Interested firms shall indicate if they have provided similar services to military medical treatment facilities and/or the general public under terms and conditions similar to those stated in this notice. Responses to this notice should include company name, address, and telephone number, point of contact (POC), and brochures which will allow the Government to understand your service offerings and options. Submit capability statements to Mr. Lee Miyashiro, email lee.h.miyashiro.civ@mail.mil, fax (808) 433-7010. Telephone responses will not be accepted. Responses must be received no later than 29 April 2015 at 10:00 a.m. Hawaiian Standard Time. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K02-15-T-0127/listing.html)
 
Place of Performance
Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
Zip Code: 96859-5000
 
Record
SN03708373-W 20150425/150423234457-ea2daea1c825a1f607f2901c6441a28d (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.