Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOURCES SOUGHT

V -- Ambulance Service for Montana VA Health Care System, Fort Harrison, Montana (County Ambulance and Airport Ambulance)

Notice Date
4/22/2021 5:45:10 AM
 
Notice Type
Sources Sought
 
NAICS
621910 — Ambulance Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25921Q0377
 
Response Due
5/5/2021 7:00:00 AM
 
Archive Date
06/19/2021
 
Point of Contact
Monica R Gary (CO), Contracting Officer, Phone: 918-577-3855
 
E-Mail Address
monica.gary@va.gov
(monica.gary@va.gov)
 
Awardee
null
 
Description
Page 5 of 5 This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at https://BETA.sam.gov/. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested please read this notice entirely and submit the required information, as requested herein. VA is seeking qualified vendors who have interest and capability of performing ambulance services to provide county ambulance services consisting of basic life support, advance life support as well as airport transportation via ambulance for the Montana VA Health Care System, Fort Harrison, MT. Services are required 24/7, on an ad hoc, as-needed basis. This shall include urgent or emergent requirements and non-emergency requirements. DEFINITIONS Basic Life Support (BLS) BLS service includes basic, noninvasive interventions to reduce morbidity and mortality associated with acute out-of-hospital medical and traumatic emergencies. Advanced Life Support (ALS) ALS service includes advanced, invasive, and pharmacological interventions to reduce morbidity and mortality associated with acute out- of-hospital medical and traumatic emergencies. Airport Transport Transportation for those patients who require supine service and/or transport of Flight team(s) to Air Taxi, Charter Air, and/or Air Ambulance requirements. VEHICLES: The contractor shall have a minimum of 2 properly equipped vehicles in its fleet. A minimum of 2 vehicles shall be handicap accessible. The vehicle fleet and its equipment shall be of the quality, model, and condition to assure the patient high quality medical transportation and/or emergency first aid, if needed, and shall meet the minimum standards for maintenance, equipment, and staffing of all vehicles operated. Vehicles shall have adequate straps and seat belts necessary to secure patients and stretchers. Contractor shall have a record of preventive maintenance of all vehicles being used for service to the Montana VA Health Care System. Each vehicle shall be equipped in accordance with the Federal Specification for Ambulances, KKK- A- 1822F, dated August 1, 2007 (including Change Notices 1-6 through July 1, 2014), and with such safety items as required by Federal State and Local authorities in the area in which the vehicles are operated. In the future if any items are required by Federal, State and Local authorities in the area in which the vehicles are operated, then they shall be added to each vehicle. Shall have one ambulance cot and a collapsible stretcher. Shall have adequate straps to secure the patient safely to stretcher or ambulance cot and adequate means of securing the stretcher or ambulance cot within the vehicle. Shall have adequate supply of sanitary sheets, pillows, pillowcases, blankets, urinals and emesis basins. Shall have standard first aid kit. Shall have a two-way radio or portable phone Shall have oxygen and oxygen breathing apparatus in good operating condition. Oxygen masks must be of the disposable type or be thoroughly sterilized after each use and kept sterile. Shall have all necessary equipment in accordance with the provisions set forth in the Administrative Rules of Montana (ARM) Chapter 104, sub-chapter 2. Vehicles shall provide a level-change mechanism or boarding device (e.g., lift or ramp) and sufficient clearances to permit a wheelchair or other mobility aid user to reach a location when requested. Common wheelchairs and mobility aids means belonging to a class of three or four wheeled devices, usable indoors, designed for and used by persons with mobility impairments which do not exceed 30 inches in width and 48 inches in length, measured 2 inches above the ground, and do not weigh more than 600 pounds when occupied. The securement system shall secure common wheelchairs and mobility aids and shall either be automatic or easily attached by a person familiar with the system and mobility. In addition, each vehicle used in performance of this contract shall: Have functioning mechanisms, which ensure that all access doors are capable of being opened from the inside and remain closed and secure during travel. Have a functioning speedometer indicating speed in miles per hour and a functioning odometer correctly indicating distance in tenths of a mile. Be equipped with operational air conditioning/heating systems. If the air conditioning system becomes inoperable or is unable to maintain temperatures between 68-79 degrees Fahrenheit in the patient compartment, the vehicle must be immediately pulled from service at the termination of the current trip and shall not be used again for service under this contract until the air conditioning/heating system has been repaired. The exterior free of grime, oil or other substances and free from cracks, breaks, dents and damaged paint that noticeably detracts from the overall appearance of the vehicle. Be equipped with hubcaps or wheel covers and have all vehicle body molding in place, or if removed, holes must be filled and painted. The passenger compartment shall be clean of dirt and free from torn upholstery or floor coverings, damaged or broken seats, protruding sharp edges and vermin or insects. Have unobstructed vision on all sides. Be equipped with an operable two-way mobile radio and/or cellular telephone communication system, which affords contact with the vehicle during all hours of operation. Beepers are not an acceptable substitute. Meet all safety and mechanical standards established by State and Federal statutes and regulations. Have windows and doors, which can be opened and closed in accordance with manufacturer standards. Not have leaks of any kind. Be equipped with a functioning horn. Have operable seat belts on all seats. Have fully charged, certified and non-expired fire extinguisher. The Contractor shall provide the COR with a list of all vehicles to provide services under this contract, including vehicle identification numbers, and insurance certificates prior to initiating service. An updated list shall be provided upon request by the COR. PERSONNEL Emergency Medical Technician: Emergency Medical Technicians (EMT), Advanced EMT (AEMT) and Paramedics providing services under this contract shall have the following qualifications: Have completed training in accordance with the standards published by the Department of Public Health and Human Services (DPHHS) with a minimum curriculum of 81 hours or equivalent including an in-hospital training period. Such training must be acceptable under the regulating requirement for local EMS systems supported by DPHHS under Administrative Rules of Montana (ARM) Chapter 104, Sub Chapter 3. The EMT shall periodically be enrolled in refresher continuing education, or advanced training programs, as required by the local or state government entity in which the service is rendered to the veterans, but in no instance shall this be less frequently than every two years. Such refresher training shall be equivalent to that developed by the Department of Transportation (DOT), National Highway Safety Administration (NHSA). The Contracting Officer may request evidence of such refresher training. EMT(s) shall be certified, licensed or otherwise officially recognized by the local, state, or regional government or public entity where the emergency ambulance service is operated or by which it is governed. Attendants: There shall be an Emergency Medical Technician and Driver on board each time a patient is transported. The Contractor shall maintain a record of each employee as to the character, current driving records and physical capabilities of performing the duties of an ambulance driver or attendant and be made available for inspection upon request by the Contracting Officer or the COR. Driver shall also be a licensed EMT Drivers or attendants shall not be allowed to transport the Montana VA Health Care System beneficiaries if they appear to be ill or under the influence of drugs or alcohol. All contractor personnel shall always display professional manners. Rude or obscene behavior or language will not be accepted. Drivers and attendants shall wear appropriate attire with a picture identification (ID) badge that clearly identifies the company they work for. Drivers or attendants shall secure all patients and passengers with approved security devices prior to transport. Drivers shall have and maintain a current Driver's License, valid in the State in which Contractor's facility is located, with no assessed violations for ""Reckless Driving or DUI."" Only employees of the Contractor who meet the qualifications above shall be allowed to accompany the Attendant/Driver on trips provided for the Montana VA Health Care System. Contractor shall demonstrate to the Montana VA Health Care System that their attendants are adequately trained in the safe and proper transport of beneficiaries. Contractor may allow, upon authorization from an authorized official of Montana VA Health Care System, a VA clinician, relative, or other appropriate person to accompany the veteran at no extra charge. For airport trips, attendant shall remain with the patient until patient safely boards aircraft. Psychiatric patient transports require one medical attendant, not the driver, to be fully dedicated to patient care during the transport. The following shall not be permissible by contractor personnel: Use of intoxicating liquors, narcotics or controlled substances of any kind (excluding doctors' prescriptions which do not impair driver's driving ability) while on duty or reporting for duty while under the influence of liquors, narcotics or controlled substance of any kind (excluding doctors' prescriptions which do not impair driver's driving ability). Gambling in any form. Smoking and other uses of tobacco while on duty. Carrying of pistols, firearms or concealed weapons. Resorting to physical violence to settle a dispute with a fellow employee, customer(s) or the general public while on duty. Using unsanitary, offensive or insensitive practices or behavior. Use of loud, indecent or profane language and/or making threatening or obscene gestures toward customers or other employees. Stopping for personal business while vehicle is occupied by a passenger. The driver shall not leave the vehicle with the key in the ignition at any time. Patient must always be attended by at least one contract staff member. Engaging customer in a verbal confrontation to settle a disagreement. Should a disagreement arise, the driver shall contact his dispatcher/supervisor via the radio system. Soliciting or accepting tips from customers, companions or others at any time. Use of loud music. HISTORY: Services have recently been performed locally in the past on contracts VA25916D0017 and VA25916D0020. The details of these contracts can be viewed on FPDS.gov. QUALIFIED SOURCE: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov) [continued next page] HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE: Qualified and interested vendors must complete the following information and email to VA Contracting Officer, Monica Gary, at monica.gary@va.gov A word version of this form is available on the Sources Sought Notice page on Contract Opportunities (BETA.SAM.gov). In your reply, please provide the following: 1. Reference the FBO Sources Sought Notice number in all communication: 36C25921Q0377 2. Company Name and POC Details: _____________________ Company DUNS number: _______________� 3. Company Size, as it relates to NAICS code 621910 Ambulance Services ($16.5M annual revenue): Small Business / Other than Small Business (select one) 4. Use of a subcontractor to perform services: YES, we would use a SUB for ALL of the services / YES, we would use a SUB for only part of the services / NO, we would be the PRIMARY for ALL of the services (select one) 5. Company s Recent Experience of Similar Size, Scope and Complexity to what is described in the notice. This can be US Federal contracted experience or experience performing services in the commercial sector. Provide reference details, e.g. POC / client contact details, contact details of US Federal agency Contracting Officer (CO) or Contracting Officer Representative (COR), dollar values of services, location of services, start/end dates of services etc. __________________________________________________ Only written responses, to items 1 through 5�above, will be accepted at this stage. Do not submit additional documentation or attachments outside these requirements unless your company POC receives a direct request in writing by the Contract Specialist. Information is being gathered for market research purposes only. Industry exchanges are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0900ea0c6307488ba0007c08c2d0243e/view)
 
Place of Performance
Address: Montana VA Health Care System 3687 Veterans Drive Fort Harrison, MT 59636, MT, USA
Country: USA
 
Record
SN05981035-F 20210424/210422230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.