DOCUMENT
Q -- New contract from 1/1/2016 to 12/31/2016 to provide Critical Care, Advanced Life Support, and Basic Life Support ambulance service for JBVAMC and all CBOC clinic beneficiaries. - Attachment
- Notice Date
- 8/27/2015
- Notice Type
- Attachment
- NAICS
- 621910
— Ambulance Services
- 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
- VA69D15N1230
- Response Due
- 8/14/2015
- Archive Date
- 9/13/2015
- Point of Contact
- Benjamin J Dufour
- E-Mail Address
-
0-2998<br
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis is published for market research purposes only; THERE IS NO SOLICITATION AVAILABLE. Requests for solicitation will not receive a response. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. The Great Lakes Acquisition Center (GLAC) Southern Tier in North Chicago, IL is conducting market research with the intent of determining the interest, capabilities, and qualifications of potential businesses to provide Ambulance Transportation Services for the Jesse Brown VA Medical Center in Chicago, IL and associated Community Based Outpatient Clinics(CBOC's). This Sources Sought Synopsis is published for market research purposes. This market research will be used to identify responsible vendors. Proposed project anticipates a competitive, firm fixed price contract. Please review this announcement, including all attachments, in their entirety. Request that interested offerors complete and return a Capabilities Statement as described below. Capabilities Statement will be used to identify firms who possess the capability and experience to provide ambulance services at the Jesse Brown VA Medical Center. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The contractor shall provide all labor, travel, materials and equipment necessary to effectively, economically, and satisfactorily perform Ambulance Transportation Services in accordance with the DRAFT Statement of Work included in this posting. In addition to the information requested in the paragraph below, entitled "Capabilities Statement", responding parties must also indicate their size in relation to the applicable North American Industry Classification System (NAICS). The NAICS Code is 621910 Ambulance Services. CAPABILITIES STATEMENT Interested parties shall submit a Capabilities Statement, BRIEF and CONCISE, yet clearly demonstrates ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party feels is relevant. All interested firms responding to this Sources Sought Notice are requested to provide a capability statement which needs to include: - Company Name - Point of Contact Name, Phone Number and Email - Socioeconomic Status (i.e., 8(a), HUBZone, Woman-owned, SDVOSB, Large, etc.) - Dunn & Bradstreet Number - Commercial and Government Entity (CAGE) Code - Indication of Current Systems for Awards Management (SAM) Registration (i.e., SAM and Online Representations and Certifications (ORCA) registration, etc.) - Capabilities statement (i.e., similar government and commercial contracts for ambulance service, pertinent information, organizational structure, etc.) The period of performance shall be for a one (1) year base period, and four (4) one year option periods for a total of five(5) years. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Interested Firm's shall respond to this Sources Sought Synopsis no later than 9:00 a.m. EST on September 10th, 2015. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Email your response to benjamin.dufour@va.gov. POINT OF CONTACT: Benjamin DuFour, benjamin.dufour@va.gov, fax (224) 610-3269. Submit your response via eBuy(preferred), email, fax or mail by 9:00 a.m. Eastern Standard Time on September 10th, 2015. Contracting Office Address: CAPT James A. Lovell Federal Health Care Center (FHCC) Attn.: GLAC - Southern Tier 3001 N. Green Bay Road Bldg. 1, Room: 326 North Chicago, IL. 60064-3048 Place of Performance: Jesse Brown VA Medical Center 820 S. Damen Ave Chicago, IL. 60612-3728 Adam Benjamin Jr. CBOC 9301 Madison St Crown Point, IN 46307 Auburn-Gresham CBOC 7731 S Halsted St Chicago, IL 60620 Chicago Heights CBOC 30 E 15th St #314 Chicago Heights, IL 60411 Lakeside CBOC 211 E Ontario St #1200 Chicago, IL 60611 Primary Point of Contact: Benjamin DuFour Contract Specialist benjamin.dufour@va.gov Fax: 224-610-3269 ? STATEMENT OF WORK A.GENERAL INFORMATION 1.Ambulance Services: Service Contract for JBVAMC and all Community Based Outpatient Clinics. ALS, BLS and CC ambulance is required. 2. Scope of Work: The US Department of Veteran Affairs (VA), Great Lakes Acquisition Center (GLAC) has a requirement for Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care (CC) Ambulance Transportation Services at Jesse Brown Veteran Affairs Medical Center (VAMC) and affiliated Community Based Outpatient Clinics. This includes the potential transportation of bariatric patients. The Contractor shall provide all vehicles, personnel, management, supplies, equipment and reports necessary to provide patient transportation services within a 15-Minute Response Time or 45-Minute Response Time(VA clinician will determine the response rate needed for these services on a case-by-case basis) for ALS and BLS, or for CC Ambulance Services to Jesse Brown VAMC 24 hours a day, seven days a week (24/7), including weekends and holidays. Transports will be provided to the beneficiaries of the Department of Veteran Affairs to and from the Jesse Brown VAMC, community based outreach clinics (CBOC), affiliated hospitals, beneficiaries' residence, other VA facilities, and from non-affiliated hospitals. The Jesse Brown VAMC consists of a 210 bed facility (148 acute care beds) and four community based outpatient clinics. Jesse Brown VAMC provided care to approximately 45,000 veterans who reside in the City of Chicago and Cook County, Illinois and the six counties in northwestern Indiana for calendar year January 2014 through December 2014. The CBOCs locations include; Adam Benjamin Jr. (Crown Point, Indiana), Auburn Gresham (south side, City of Chicago), Chicago Heights, Illinois (southern Cook County, Illinois), and Lakeside (Chicago, Illinois), also County of Berrien, State of Michigan. The affiliated hospitals include but are not limited to Feinberg School of Medicine of Northwestern University and University of Illinois at Chicago Medical School. All personnel and equipment shall meet or exceed the minimum requirements set forth in the U.S. Department of Transportation (DOT) National Standard Curriculum as well as any additional requirements specified by the Illinois Department of Health (IDPH). All personnel are required to have a current Illinois Emergency Medical Technician (EMT) license that specifies the maximum level of care they are authorized to provide or administer. Ambulance Linen: Due to ongoing and significant losses of hospital linen to patient transport each year, we are requesting that the ambulance company provide all of their own linen when transporting patients. Jesse Brown VA Medical Center will provide Ambulance Packs to minimize the loss of linen for patients leaving by ambulance. The ambulance packs will be provided by the emergency department, wards, and clinics to the EMT. Specialized Levels of Training: Tier I - Traditionally known as Expanded Scope which is used to treat patients that are ventilator dependent. These Critical Care Transports are completed with an EMT-P who has received extra training with regards to the operation of a ventilator. Tier II - Tier II covers the use of Critical Care Paramedics who receive advanced formal education above the level of EMT-P. These CCEMT-P's are trained to handle chest tubes, arterial lines, central lines, and the IV medications set forth in the Hines RFP. Tier III - Tier III covers the use of CCEMT-P and/or Registered Nurses. This is the highest level approved by the State and is required under the Jesse Brown VA Request for Proposal (RFP). 3. Background: Ambulance Services is needed and required to transport patients to other VA medical facilities, non-VA medical facilities, home and nursing homes. Ambulance services are essential for veterans needing this type of emergency transport. This contract is a non-personal Health Care Services contract under which the Contractor is an independent contractor. "Non-personal Services Contract" means a contract under which the personnel rendering the services are not subject, either by the contract's terms or by the manner of its administration, to the supervisor and control usually prevailing in relationships between the Government and its employees. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). 4. General Requirements: Performance Period: The base period of performance is Date of Award - 12/31/2016 and four (4) one year option periods for a total of five (5) years. Type of Contract: Firm-Fixed-Price. Place of Performance: Jesse Brown VA Medical Center, 820 S. Damen Avenue, Chicago, IL 60612 and its four Community Based Outpatient Clinics (CBOCs) B. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES 1.BASIC LIFE SUPPORT (BLS) "Basic Life Support (BLS) Services" means a basic level of pre-hospital and inter-hospital emergency care and non-emergency medical services that includes airway management, cardiopulmonary resuscitation (CPR), control of shock and bleeding and splinting of fractures, as outlined in the Basic Life Support national curriculum of the United States Dept. of Transportation and any modifications to that curriculum specified in rules adopted by the Department. Staffing: For BLS service, each ambulance shall be staffed by minimum of (2) personnel with a current Illinois Emergency Medical Technician-Basic (EMT-B) license. Personnel shall be able to demonstrate sufficient knowledge of the U.S. Department of Transportation National Standard Curriculum for EMT-B as adapted and approved by IDPHS (Illinois Department of Health Services). Equipment: The contractor shall have the capabilities to sufficiently handle numerous simultaneous calls and meet or exceed the minimum time requirements. The amount and type of equipment proposed will be evaluated as part of the technical capabilities necessary to perform the services as called out within the solicitation. 2.ADVANCED LIFE SUPPORT (ALS) "Advanced Life Support (ALS) Services" means an advanced level of pre-hospital and inter-hospital emergency care and non-emergency medical services that includes basic life support care, cardiac monitoring, cardiac defibrillation, electrocardiography, intravenous therapy, administration of medications, drugs and solutions, use of adjunctive medical devices, trauma care, and other authorized techniques and procedures. Staffing: For ALS service, each ambulance shall be staffed by minimum of (2) personnel with a current Illinois Emergency Medical Technician-Paramedic (EMT-P) license. Personnel shall be able to demonstrate sufficient knowledge of the U.S. Department of Transportation National Standard Curriculum for EMT-P as adapted and approved by IDPHS. Equipment: The contractor shall have the capabilities to sufficiently handle numerous simultaneous calls and meet or exceed the minimum time requirements. The amount and type of equipment proposed will be evaluated as part of the technical capabilities necessary to perform the services as called out within the solicitation. Example/typical situations when the FHCC would request ALS services: oPatients with chest pain oRespiratory problems oDiabetic emergencies oRequire cardiac monitoring 3. CRITICAL CARE (CC) - "Critical care transport" means the pre-hospital or inter-hospital transportation of a critically injured or ill patient by a vehicle service provider, including the provision of medically necessary supplies and services, at a level of service beyond the scope of ALS Services. A critical care level of service would include the use of the following equipment or involves the "Equipment oBalloon Pump (with RN only) oChest tubes oIV Pumps oPortable Mechanical Vents for CPAP o12 lead EKG monitoring oLVAD's "Monitor the following IV infusions: oAmiodarone oDobutamine oDopamine oHeparin oInsulin oLevophed oLidocaine oNitroglycerine oPotassium Chloride oTPN and Lipids Staffing: For Critical Care service, each ambulance shall be staffed by a minimum of (2) personnel with a current Illinois Emergency Medical Technician-Paramedic (EMT-P) license, one of which has the necessary specialized training to administer the aforementioned services or operate the equipment. Personnel shall be able to demonstrate sufficient knowledge of the U.S. Department of Transportation National Standard Curriculum for EMT-P as adapted and approved by IDPH. Equipment: The contractor shall have the capabilities to sufficiently handle numerous simultaneous calls and meet or exceed the minimum time requirements. The amount and type of equipment proposed will be evaluated as part of the technical capabilities necessary to perform the services as called out within the solicitation. **Should the hospital wish to send a nurse or specialized personnel with the ambulance AND the equipment required from the contractor does not exceed the scope of ALS level of service AND the Government schedules an ALS level of service, the Government shall be charged for an ALS level of service. If the Government specifies Critical Care level when scheduling the transport, the Contractor shall be paid the Critical Care rate whether or not the Jesse Brown VAMC provides the personnel and equipment when they arrive. Contractor may be required to transport patient luggage, medical records, medication, and comfort items from pickup points to destination at no additional cost to the Government. 4.BARIATRIC AMBULANCE TRANSPORT The ambulance must be customized to allow for extra wide stretcher and additional personnel when needed. The Bariatric Service must be designed to provide a safe and dignified transportation solutions to those whose weight or condition require special needs transport. The Bariatric unit should be specifically designed for, and outfitted with specialized stretchers that are designed to accommodate obese patients in a safe, comfortable, and respectful fashion. EMTs and Paramedics should be specially trained to provide patient-sensitive, safe and comfortable transport in a specially fitted vehicle. Contractor must have at least 1-2 dedicated Bariatric Ambulances in their fleet: "Customized Ambulances provide comfort to larger individuals "Able to accommodate patients weighing up to 850 pounds "Larger stretcher "Additional safety restraints "Pulley and ramp system for a smooth transition "Specially trained crew C. SCHEDULE FOR DELIVERABLES 1.The contractor shall have sufficient equipment within inventory to sufficiently respond to any call within the scope of work at all time during performance. The VA reserves the right to inspect and verify that the equipment proposed is on hand. 2. Contractor shall provide a monthly report to the Travel Clerk which identifies each request for service by patient name, time of receipt of call, whether BLS or ALS unit requested, time of arrival, and time elapsed from receipt of call and time of arrival. Other pertinent information as necessary may be included. D. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. E. CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL Contractor personnel must be trained and certified to perform the skills required to render the services listed above. The Contractor shall submit to the Contracting Officer written certification that each contract employee has been trained in the subject areas prior to assignment under this contract. For replacement or new employees documentation of prior training must be submitted or the individual contract employee must complete the required training before being employed in support of this contract. F. COMMUNICATIONS The company must offer live dispatch 24 hours per day, 7 days per week.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D15N1230/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-15-N-1230 VA69D-15-N-1230_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2284157&FileName=VA69D-15-N-1230-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2284157&FileName=VA69D-15-N-1230-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-15-N-1230 VA69D-15-N-1230_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2284157&FileName=VA69D-15-N-1230-003.docx)
- Record
- SN03858690-W 20150829/150827235402-470d4977fef236fb3d3633d83d564b09 (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 |