Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2017 FBO #5612
DOCUMENT

V -- Ambulance Services | Roseburg, White City, OR - Puget Sound - Attachment

Notice Date
4/3/2017
 
Notice Type
Attachment
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26017N0281
 
Response Due
4/13/2017
 
Archive Date
5/13/2017
 
Point of Contact
Enshane Hill-Nomoto
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR IS THIS A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. NO SOLICITATION IS CURRENTLY AVAILABLE. ____________________________________________________________________________________________Market research is being conducted to determine the availability of potential businesses with capabilities to provide services under the following stipulations: SMALL BUSINESS ONLY Anticipated NAICS code is 621910 Ambulance Services, comprising of establishments primarily engaged in providing transportation of patients by ground/air, along with medical care. FSC/PSC: V225 GENERAL INFORMATION Ambulance services for 3 SEPARATE locations described below. Sources capable of performing services for any one of these locations are encouraged to respond and NEED NOT BE CAPABLE OF PERFORMING IN ALL 3 LOCATIONS.   ROSEBURG (OR) VETERANS AFFAIRS MEDICAL CENTER (VAMC) Contractor shall provide Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT) ambulance transports of patients to designated locations. At times the Contractor shall transport patients to another facility for treatment or tests, wait, and transport same patient to a pre-determined destination. The services will primarily be associated with the Roseburg VAMC area, but may include transporting patients to/from other areas in Oregon and can include Northern California and Western Washington. Primary geographical coverage shall be the Oregon counties of Douglas, Lane, Coos, Curry, Josephine, Jackson, Klamath, and California County of Del Norte. Less frequently, trips shall be to the Oregon s Counties of Linn, Benton, Lincoln, and Multnomah, and Washington s King County. The service area will include, but not be limited to: areas as far west as Coos Bay, Oregon; areas far south as Crescent City, California; Klamath Falls, Oregon; areas as far north as Seattle, Washington; areas as far east as Bend, Oregon. PUGET SOUND (WA) VETERANS AFFAIRS HEALTHCARE CENTER (PSHCS) The Contractor shall provide Basic Life Support (BLS), Advanced Life Support (ALS) and Critical Care Transport (CCT) ambulance transports of patients to designated locations listed below. The contractor may be required to transport patients to another facility for treatment or tests, wait while patient is receiving said treatment or test, and transport that same patient to a pre-determined destination. Seattle Veterans Affairs Medical Center American Lake Veterans Affairs Medical Center Bremerton Community Based Outpatient Clinic (CBOC) Mount Vernon CBOC North Olympic Peninsula CBOC South Sound CBOC Valor CBOC Bellevue Valor CBOC North Seattle VASORCC/VA SOUTHERN OREGON REHABILITATION CENTER AND CLINICS (WHITE CITY, OR) The Contractor shall provide Basic Life Support (BLS), Advanced Life Support (ALS) and Critical Care Transport (CCT) ambulance transports of patients to designated locations listed below. The contractor may be required to transport patients to another facility for treatment or tests, wait while patient is receiving said treatment or test, and transport that same patient to a pre-determined destination The demand for the ambulance is estimated to require a minimum of one (1), but not more than three (3) such vehicles at any one time. The Contractor shall make available not less than one (1) at any time in performance of this contract. In principle, the specialty ambulance will include, but not be limited to: Basic Life Support and Advance Cardiac Life Support, both as defined by the American Heart Association (AMA). *Management of the airway and maintenance of effective respiratory exchange, to include placement of oral airways and endotracheal intubations. Monitoring of vital, neurological, and electrocardiographic signs, including intake and output. Administration of intravenous (IV) fluids, including the management of existing lines and the placement of peripheral and central venous lines Administration of oral, intramuscular, or IV medications *Items provided per a physician s orders INSTRUCTIONS TO RESPOND: Interested firms shall respond to this synopsis no later than 3:00 PM Pacific Time on 13 April 2017. All responses shall be submitted electronically to enshane.hill-nomoto@va.gov. Please note, responses will be shared within the Government and project team, but otherwise will be held in strict confidence. Vendor response must include at a minimum: Name of Business; Point of Contact Name, Phone Number, and E-Mail Address; CAGE Code and DUNS Number to show proof of registration in the System for Award Management (SAM) https://www.sam.gov; Short Description of Capabilities in relation to this synopsis; Provide short description on how you as a Small Business will meet the Federal Acquisition Regulation (FAR) requirement of performing at least 50% of the contractual work. Any response to this notice must show clear and convincing evidence of the Vendor s capability of meeting this requirement. Thank you for your participation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/296b8f16eaa2bf98b145b7072195521d)
 
Document(s)
Attachment
 
File Name: VA260-17-N-0281 VA260-17-N-0281.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3386986&FileName=VA260-17-N-0281-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3386986&FileName=VA260-17-N-0281-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04457952-W 20170405/170403235328-296b8f16eaa2bf98b145b7072195521d (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.