Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
DOCUMENT

V -- Sources Sought for Ambulance Services - Attachment

Notice Date
5/3/2017
 
Notice Type
Attachment
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 5;Satellite Office;1540 Spring Valley Drive;Huntington WV 25701
 
ZIP Code
25701
 
Solicitation Number
VA24517N0166
 
Response Due
5/8/2017
 
Archive Date
5/23/2017
 
Point of Contact
Gina Ferguson
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT The Department of Veteran Affairs for the Huntington VA Medical Center (VAMC) is hereby conducting market research to identify large and small sources (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) capable of providing Ambulance services under NAICS 621910, Ambulance Service. This announcement is for planning purposes only. This is not an invitation for bid, request for quote or other solicitation and in no way obligates the Government to award a contract. Questions regarding this Sources Sought will not be addressed. The Government anticipates making multiple awards from any resultant solicitation related to this Sources Sought, covering a one (1) year base performance period, with provisions for four (4) one year option periods. The Government also reserves the right to make no contract awards at all. All interested parties should respond to this Sources Sought by emailing the Contract Specialist, Gina Ferguson, at gina.ferguson2@va.gov, NO LATER THAN MONDAY, MAY 8, 2017, AT 11:00 AM (EST). What does the Government need to procure? I. PURPOSE. The Huntington Veteran Affairs (VA) Medical Center located in Huntington, WV, requires a contractor to furnish Basic Life Support (BLS) and Advanced Life Support (ALS) Ambulance services to patients and beneficiaries of the VA. The Huntington VAMC provides diagnostic and therapeutic services in medicine and surgery; additionally, this 80 bed facility also provides ambulatory service to those veterans not requiring hospitalization. The contractor must provide all equipment, personnel, supervision, and support to provide these transportation services. All services will be provided in accordance with the terms and conditions of any resultant contract, applicable federal and state regulations, and industry accepted quality standards highlighted in the attached Draft Statement of Work (SOW). a. Advanced Life Support (ALS) - ALS shall be provided by ambulance vehicles containing at a minimum an on-board Paramedic, cardiac monitoring, Advanced Cardiac Life Support (ACLS) drugs and procedures, advanced airway management and medication monitoring and administration. Ambulances for ALS services shall be staffed in accordance with current Ohio, West Virginia, and Kentucky state laws and regulations governing the certification and licensure of private ambulances. b. Basic Life Support (BLS) - BLS is defined as services required for non-critical patient care in which patient requires an ambulance, staffed in accordance with current District of Columbia laws and regulations governing the certification and licensure of private ambulances. This ambulance at a minimum will be staffed with a vehicle operator and an Emergency Medical Technician (EMT). II. SCOPE. The contractor shall provide pre-scheduled, unscheduled, and urgent Ambulance services twenty-four (24) hours per day, seven (7) days per week, for both BLS and ALS, to VA beneficiaries receiving care at the Huntington VAMC. Upon request by the VA, the contractor shall transport VA beneficiaries from their place of origin to the beneficiaries place of treatment. All vehicles, personnel, and services rendered by the contractor shall conform to all federal, state, and local statutes, rules, and regulations; specifically for the states of West Virginia, Kentucky and Ohio. The average mileage per transport is approximately 30 miles. Per any resultant contract, ambulance transportation services should at a minimum, support the following counties in the states of West Virginia (WV), Ohio (OH) and Kentucky (KY): West Virginia Ohio Kentucky Boone Gallia Boyd Cabell Lawrence Carter Kanawha Elliott Lincoln Floyd Logan Greenup Mason Knott Mingo Lawrence Putnam Lewis Raleigh Johnson Wayne Martin Magoffin Pike III. SPECIAL CONTRACT REQUIREMENTS. a. Licensure, Certificates of Need and/or Permits - The Contractor shall obtain all necessary licenses and/or permits required to perform this work. The Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. The Contractor shall be responsible for any injury to himself, his employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his or his employees fault or negligence. The Contractor shall maintain personal liability, automobile liability, and property damage insurance as prescribed by the laws of Ohio, West Virginia and Kentucky and in accordance with VAAR 852.237-7 and VAAR 852.228-71. Evidence of coverage is required before commencing work under this contract (copy of Certificate of Insurance), and it may not be changed or cancelled without 30 days prior written notice to the Government CO. b. Safety Requirements - In order to protect the lives and health of occupants of the buildings, the Contractor in the performance of this contract shall take such safety precautions as the Contracting Officer, or his designate, may determine to be reasonably necessary. The CO, or his designee, will notify the Contractor of any non-compliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the CO may issue an order stopping all or any part of the work and hold the Contractor in default. c. Disposal of Hazardous Waste - The Contractor shall dispose of all hazardous waste in accordance with established federal and state laws and regulations. What to submit in response to this Sources Sought? Interested parties should submit the following information in response to this Sources Sought: 1) Company Information a. Company Name & Address b. Data Universal Numbering System (DUNS) Number c. Current GSA Schedules appropriate to this Sources Sought d. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. e. Company Point of Contact, Phone and Email address f. Type of company under North American Industry Classification System (NAICS) 621910, Ambulance Services g. CAGE code h. Evidence of active registration with the System for Award Management (SAM) at www.sam.gov and/or the VetBiz Registry at www.vetbiz.gov. Any future solicitation and/or contract will only be considered and awarded to vendors properly registered in SAM. In order to be eligible for and receive consideration for any resultant contract award based on a VOSB or SDVOSB status, vendors claiming such status must be registered in the VetBiz Registry. 2) Capability Statement. The Capability Statement should reveal the capacity and capability to perform services, in one, two or all of the listed counties, as identified in this Sources Sought and attached Draft SOW. Please provide enough concise detail with your response to clearly indicate knowledge and experience in alignment with the with the Draft SOW requirements. The maximum number of pages for the Capability Statement is 15 pages. 3) Teaming Arrangements. If applicable, all teaming arrangements should also include the above-cited information and certifications for each entity on the proposed team. ------------------------------------------------------------------------------------------------------------------ Responses must be submitted via email to gina.ferguson2@va.gov NO LATER THAN Monday, May 8, 2017, by 11:00 AM (EST). * This Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this Notice. No reimbursement will be made for any costs associated with providing information in response to this Notice. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HuVAMC/VAMCCO80220/VA24517N0166/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-17-N-0166 VA245-17-N-0166.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468188&FileName=VA245-17-N-0166-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468188&FileName=VA245-17-N-0166-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04494094-W 20170505/170503234605-3e7e613631649005574271b9eaf7a9da (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.