SOURCES SOUGHT
Q -- Emergency Evacuation Services for the Pacific Islands
- Notice Date
- 4/19/2017
- Notice Type
- Sources Sought
- NAICS
- 621910
— Ambulance Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607-4052, United States
- ZIP Code
- 94607-4052
- Solicitation Number
- HSFE09-17-R-0001
- Archive Date
- 5/10/2017
- Point of Contact
- Andrea L. Brunsman,
- E-Mail Address
-
andrea.brunsman@fema.dhs.gov
(andrea.brunsman@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Source Sought Notice to determine additional vendors who provide emergency evacuation services from the Pacific Islands, specifically: Guam, American Samoa, and the Commonwealth of Northern Mariana Islands for the Federal Emergency Management Agency (FEMA). This is not a solicitation at this time. The solicitation requirements and contract documents to include instructions for submitting and the response date will be available on or about 01 May 2017 through www.fbo.gov. The anticipated contract type is an Indefinite Delivery/Indefinite Quantity type contract with a combination of firm-fixed priced orders, time and materials orders, and hybrid orders. The applicable NAICS code is 621910 - Ambulance Services. FEMA Region IX's Area of Response (AOR) includes the Pacific Basin, specifically Guam, American Samoa and the Commonwealth of the Northern Mariana Islands (CNMI). Employees (or any member who FEMA has declared to be on work related assignment on behalf of FEMA) proceed on official travel to this AOR on a regular basis providing support and assistance. In the event of an emergency, employees throughout FEMA, from various locations in the United States, would be deployed to this region. Due to the Pacific's geographic isolation, requesting and receiving medical services/advice for travelers from Continental United States based insurance company/medical provider is not possible. Therefore, quality health care, medical, and security assistance services within the Pacific Islands and/or territories (excluding Hawaii) are required should an incident arise. Services for a maximum of 150 employees with an average trip length should not to exceed 30 days are anticipated. Services shall be available 24 hours a day/seven days per week. The following is a list of required services: Medical Services • Emergency evacuation (potentially from any of the Pacific Islands in the AOR to the North American continent) • Medically-supervised repatriation • Companion ticket • Additional travel and accommodation arrangements after medical evacuation • Repatriation of mortal remains • Return home of minor children • Medical monitoring • Inpatient admission and identification of receiving physician • Emergency and routine medical advice • Pre-trip information on travel health issues • Medical and dental referrals • Outpatient referrals • Outpatient case management • Claims assistance • Outpatient medical expense guarantee and payment, upon approval • Inpatient medical expense guarantee, cost review and payment • Dispatch of medication and medical supplies Travel Services • Legal referrals • Emergency message transmission • Translations and interpreters • Lost document advice • Ground transportation and accommodations for accompanying family members • Emergency personal cash advances For this notice, Interested Vendors are encouraged to provide the following Capability Statement via email(andrea.brunsman@fema.dhs.gov): 1. Company name, address, point of contact name, phone number, e-mail address, and DUNS. 2. Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern service requirements above. 3. How is the service, as described typically priced? How could it be priced for a Government contract? 4. Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined above. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIX/HSFE09-17-R-0001/listing.html)
- Place of Performance
- Address: 1111 Broadway, Suite 1200, Oakland, California, 95616, United States
- Zip Code: 95616
- Zip Code: 95616
- Record
- SN04478327-W 20170421/170419235317-e7b385260af98ce8ed7b82d9c07211c0 (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 |