Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2019 FBO #6286
SOURCES SOUGHT

V -- RFI | Ambulance Services | SPOKANE VA/Wenatchee CBOC | SDVOSB/VOSB

Notice Date
2/6/2019
 
Notice Type
Synopsis
 
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
36C26019Q0164
 
Response Due
2/15/2019
 
Archive Date
3/17/2019
 
Point of Contact
jacob.jackson2@va.gov
 
Small Business Set-Aside
N/A
 
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: Certified SDVOSB/VOSB Anticipated NAICS code is 621910 Ambulance Services FSC/PSC: V225 GENERAL INFORMATION The Department of Veterans Affairs intends to procure Advance Life Support (ALS) and Basic Life Support (BLS) ground ambulance services on a 24 hour per day 365 days per year for the beneficiaries of the Department of Veterans Affairs WASHINGTON STATE, Spokane and Wenatchee Community-Based Outpatient Clinic (CBOC). Contractor shall dispatch ambulance no later than five (5) minutes after notification by VA authorized personnel of a life-threatening emergency call. If the contractor is unable to provide an immediate pickup (within fifteen [15] minutes after notification) in a threatening emergency, the contractor shall immediately obtain services for the VA through 911 system. Any additional costs incurred for the 911 services shall be borne by the contractor. The contractor shall be licensed as both an advanced and basic life support ambulance service by the State of Washington is required to provide Emergency Medical Services. The contractor shall maintain licensure/certification with the State of Washington is required throughout the life of the contract as required. License/certification lapses or expiration is grounds for termination of the contract or discontinuance of further ordering from the contractor. The contractor shall be responsible for ensuring contractor employees providing work on this contract are fully trained and completely competent to perform the required work; they will also be required to maintain records that document competence/performance level of employees working on this contract. NOTE: It is estimated that 85-90% of all ambulance transport services will occur in Spokane County in Washington state. INSTRUCTIONS TO RESPOND: Interested firms shall respond no later than 12:00 PM Pacific Time on February 15, 2019 electronically to jacob.jackson2@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 show clear and convincing evidence of the following: Name of Business; Point of Contact Name, Phone Number E-Mail and Website Address; CAGE Code and DUNS Number to show proof of registration in the System for Award Management (SAM) https://www.sam.gov; PROOF of SDVOSB/VOSB status in Vendor Information Portal (VIP); Tailored capability statement addressing the particulars of this requirement, with appropriate documentation supporting claims of organizational and staff capability; If subcontracting or teaming is anticipated to deliver this service, please provide information on the administrative and managerial structure of such an arrangement; Explain how you as an SDVOSB/VOSB will meet the Federal Acquisition Regulation (FAR) requirement of performing at least 50% of the contractual work (payroll stubs must be provided during contract performance, upon request). Any response or notice must show clear and convincing evidence of the vendor s ability to meet this requirement. The Government will evaluate market information to ascertain potential market capacity to: Provide all services, immediately upon award, consistent with the scope and scale described in this notice and otherwise anticipated; Secure and supply the full range of corporate, financial, human capital and technical resources required to successfully perform similar requirements; Implement a successful project management plan that includes: compliance with tight program schedules, including cost containment, meeting and tracking performance, hiring and retention of key personnel and risk mitigation; Provide services under a performance-based service acquisition contract. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Thank you for your interest and participation NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26019Q0164/listing.html)
 
Record
SN05214091-F 20190208/190206230025 (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.