Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2017 FBO #5588
SOURCES SOUGHT

V -- Non-Emergency Ground Transport Services

Notice Date
3/10/2017
 
Notice Type
Sources Sought
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Department of the Army, U.S. Army Medical Command, REGIONAL HEALTH CONTR OFC PACIFIC, ATTN: MCAA PC, BLDG 339 CLARK ROAD, FORT SHAFTER, Hawaii, 96858-5098, United States
 
ZIP Code
96858-5098
 
Solicitation Number
W81K02-17-T-0199
 
Archive Date
4/1/2017
 
Point of Contact
Tae H Kim, Phone: 8084385105
 
E-Mail Address
tae.h.kim76.civ@mail.mil
(tae.h.kim76.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources 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 Amy 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 on an as needed basis. 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 four (4) one-year option years. The anticipated start date of the base period of performance is 01 July 2017. 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 AMBULANCE TRANSPORTS This form of patient transport shall 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 shall 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 shall accommodate the patient's needs and condition for the duration of the trip. TAMC medical staff and equipment used for the transfer shall 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 AMBULANCE TRANSPORTS (AIR EVAC) Ground transport of TAMC patients to or from military airfields and civilian airports. Air Evac transport may require Basic Life Support (BLS), AND Advanced Life Support (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. Crew-members 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) crew-members, with one crew-member certified at the EMP-P level. Crew-members with higher levels of certification can function in this capacity, but the service can only be billed at the ALS service rate. BLS. Contractor personnel performing BLS services shall be licensed and certified as an Emergency Medical Technician-Basic (EMT-B) with current certification for BLS and Automatic External Defibrillator (AED) use. BLS certification must be current and certified by the American Heart Association. Certification shall include hands-on training. Online certification is unacceptable. ALS. Contractor personnel performing ALS services shall be licensed and certified as an Emergency Medical Technician-Paramedic (EMT-P). In addition to the BLS license and certification requirements above, the provider shall 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). ALS, ACLS, and PALS shall be current and certified by the American Heart Association. Certification shall include hands-on training - online certification is unacceptable. 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. Tae Kim, email: tae.h.kim76.civ@mail.mil. Telephone responses will not be accepted. Responses must be received no later than 17 March 2017 at 10:00 am 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/W81K02-17-T-0199/listing.html)
 
Place of Performance
Address: Regional Health Contracting Office - Pacific, Fort Shafter, Hawaii, 96859, United States
Zip Code: 96859
 
Record
SN04431195-W 20170312/170310234245-f2f34b057ed8bb401fd64ea41aebb75d (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.