Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 30, 2021 SAM #7334
SOLICITATION NOTICE

V -- Wheelchair and Courtesy Transport IDIQ Period of Performance: 03-01-2022 to 02-28-2023 + 1 Solicitation Amendment 0001 Responses to Technical Questions Sioux Falls VA Health Care System

Notice Date
12/28/2021 7:05:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26322Q0148
 
Response Due
1/7/2022 10:00:00 AM
 
Archive Date
04/16/2022
 
Point of Contact
Doug Reed, Contracting Officer, Phone: 605-336-3230 x7844
 
E-Mail Address
douglas.reed3@va.gov
(douglas.reed3@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 2 of 2 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 23 0001 N/A; to be included on IDIQ contract task orders None Sioux Falls Services Team Department of Veterans Affairs NETWORK 23 CONTRACTING OFFICE 2501 W. 22nd St. Sioux Falls SD 57105 Sioux Falls Services Team Department of Veterans Affairs NETWORK 23 CONTRACTING OFFICE 2501 W. 22nd St. Sioux Falls SD 57105 To all Offerors/Bidders 36C26322Q0148 12-28-2021 X X X 1 N/A N/A; to be included on all task orders issued against IDIQ contract. Wheelchair and Courtesy Transport IDIQ to support the Sioux Falls VA Health Care System Base Year: 03-01-2022 to 02-28-2023 Up to one option year based on continued need for services, Contractor performance, and availability of funds in a given fiscal year. Solicitation is hereby amended as follows: 1) Government responses to technical questions are provided; see attached pages. 2) Section B.3 (Performance Work Statement) is updated; see attached pages with changes highlighted in yellow. All other terms and conditions of solicitation remain in full effect. The Government is no longer accepting technical questions for this solicitation. Solicitation closing date/time remains: 12:00pm CST, 01-07-2022 Doug Reed Contracting Officer VA-VHA-2020-56D92567 CONTINUATION PAGE Page 23 of 23 Government Responses to Technical Questions Solicitation: 36C26321Q0148 Description: Wheelchair and Courtesy Transport IDIQ Sioux Falls VA Health Care System What is the procedure/timeline for redlining the contract in the Solicitation? Response: Modifying the contract is at the discretion of the Government and Contracting Officer based on emerging needs. If the Government desires to modify the contract, it will communicate this in writing to Contractor and Contractor will have ability to sign bilateral contract modification after agreeing to revised terms and conditions per FAR 52.212-4 (c) Changes. What is the geographical area of coverage for travel-eligible veterans in the Sioux Falls VA Healthcare System? Response: Eastern South Dakota, Southwestern Minnesota, Northwestern Iowa, and Northeastern Nebraska Is there an option in the contract for a surcharge for rides requiring drivers to be on the road outside of regular daytime hours: e.g. overnight hours from 8:00 p.m. to 6:00 a.m.? Response: This is not an option; offerors are expected to build what it perceives the appropriate unit price should be for contingencies such as this. Are there plans within the term of the contract for VetRides, the internal VA Healthcare System transportation service run by the Veterans Transportation System, to alter their daytime hours of operation? Response: VetRides is keeping their normal schedule and is not adjusting it to accommodate this contract. Is there an option to renegotiate prices in case of inflation above, e.g. 15% per year? Response: There will not be an economic price adjustment in contract at this time; offerors are responsible to factor in contingencies such as inflation, etc into their unit prices/best and final offer. For trips beyond the city limits of Sioux Falls, the solicitation provides for payment of a single Base Rate for every trip plus Milage Rate for any part of the one-way trip only if it is loaded transporting a Veteran patient. The same rules apply to return trips. The solicitation gives an example of a 58-mile loaded trip from Sioux Falls to Brookings, SD, and a return trip of 58 miles that is also loaded. For each leg of the trip the payment is $174 in the example. If that same trip involved picking up a Veteran patient in Brookings and transporting the Veteran four miles to an appointment and a return trip, would the payment be only $62 for the one-way trip out and $62 for the return trip? ($50 base rate + $3 x 4 miles = $62 each way?). If not, what would the payment be? Response: Yes, that would be the payment. The Solicitation also includes trips to Minnesota, North Dakota, and Nebraska. If a trip to Minneapolis involved an unloaded 220-mile trip to Minneapolis to pick up a patient in Minneapolis for a 10-mile trip to an appointment and an unloaded return trip of 220 miles to Sioux Falls, what would the payment be? Response: Base rate plus mileage for the loaded trip. However, Minneapolis VA generally provides service for transportation to and from a location within Minneapolis. What percentage of the daily total of trips outside the city limits are 50 miles or more? Response: This would require a Freedom of Information Act (FOIA) request as it would include information from a number of sources of transportation, some involving Personal Health Information (PHI) of Veteran patients. Information on making FOIA requests can be found at https://www.va.gov/FOIA/Requests.asp. What are the CBOCs this contract will service and what are their distances from the VA Sioux Falls? Response: A list of the CBOCs and their locations can be found at https://www.va.gov/sioux-falls-health-care/locations/. This has also been updated within Section B.3 (Performance Work Statement). Is travel to these CBOCS and their surrounding contract treatment facility considered as ""unloaded miles""? Response: Yes What percentage of each type of trip outside of the city limits of Sioux Falls are unloaded trips, to pick up a Veteran for local transport that is, without a loaded return trip? Response: Data unavailable at present to provide an accurate response. What percentage of each type of trip outside of the city limits provides a ""loaded"" return trip back to Sioux Falls? Response: Data unavailable at present to provide an accurate response. As essential medical personnel, which CLIN would the contractor use to be reimbursed for hazard transport of infectious patience, Personal Protective Equipment (PPE), sanitization of vehicles, and implementing VA infection control protocol? Response: Reimbursement not included. PPE would be provided by contract company as CDC requires and it is anticipated that offerors would build that cost into line items quoted. What percentage of these lie down trips are for patients in excess of 200 lbs. or more? Response: Data unavailable at present to provide an accurate response. How will the contractor be reimbursed for participating on a lift team for veterans weighing 200lbs or more? Response: Reimbursement not included; if offeror is concerned about this cost, they should that into their line items quoted. Paragraph B.3 (b) of Performance Work Statement - Contractor shall furnish all necessary vehicles, drivers, and attendants when required, to transport patients of the SFVAHCS. How many persons are required for the lie down, ambulatory, and wheelchair services? If two are required, is one person classified as an attendant? Response: There is not a set number. The offeror shall determine the appropriate labor mix for this when quoting services and factor that into their line item prices. Does Paragraph 2(a) of Performance Work Statement require services to be priced for a chauffeur and attendant for each type of trip and for all trips provided by the contractor? Response: No Which trips should we include the price for attendant? Response: Contractor would determine this need. How many of each type of trips will require attendants? Response: Attendants haven t been used to knowledge of current COR, but Performance Work Statement lists them in event such use is contemplated by Government and Contractor. How does a contractor account for the cost of an attendants or a second person if we do not know when that person will be required? Response: Contractor would determine this need. Will the Contractor be required to transport patience on oxygen? If so, will contract personnel be designated to secure the cylinder and to stop during long distance trips to verify how much oxygen remained in the cylinder in order to reduce the veterans' risk of running low? Response: Veteran/caregiver will ensure adequate oxygen before loading of patient. This is not a responsibility of Contractor in regards to supplying oxygen. How do we account for the cost of transporting veterans with each type of service who are on oxygen, regardless of who provides the oxygen? Response: Oxygen needs to be secured in vehicle and this is included in the cost of transportation. Additional funding not included in transport. Does Paragraph 4(a) of Performance Work Statement, Waiting Time/Cancellations apply to time spent in Sioux Falls after dropping off a veteran that requires a driver to wait to provide a return ride for a veteran after a 4-hour dialysis treatment, 2-hour chemo treatment, surgeries, scheduled discharges where the patience not ready, pharmacy fill before and after the patience is picked up, etc.? Response: No, this pertains to transportation within City Limits and outside City Limits Is wait time applicable to only to visits to CBOC s and transportations services outside of Sioux Falls? Response: No, this pertains to transportation within City Limits and outside City Limits What is the different in wait time outside of Sioux Falls and wait time in Sioux Falls? Response: Per Paragraph 4(a) of Performance Work Statement, waiting time would kick in over 15 minutes late Is wait time paid and approved for stops in route for latrine breaks that last more than 15 minutes, check oxygen supply, etc? Response: No What are instances where wait time is automatically approved and does not have to be requested? Response: Per Paragraph 4(b) of Performance Work Statement, wait time should be approved before transportation by COR or COR designee. Does the 30 minutes described in Paragraph 5(d) of Performance Work Statement apply to all in city and out of city return trips to include cases where the drop off points was thirty or more minutes away from the VA Sioux Falls location at 2501 W 22nd St or its outlining CBOCs? Response: If the drop off is a distance away, the 30 minutes may be mitigated,but needs to be communicated to the requesting VA personnel prior to dispatch of vehicle. Language has been to this section of Performance Work Statement to clarify this. Does the 30-minute response time take into consideration weather, traffic constructions, car accidents, breakdowns, and police/other emergency responses that cause delays? Responses: If mitigating circumstances occur, they should be communicated to the requesting VA personnel, COR, or COR designee immediately and without delay to determine if another mode of transportation should be requested and the ride request with the delay should be cancelled. Page 1 of 20 Page 1 of 23 Page 1 of 20 Page 1 of 23 B.3 PERFORMANCE WORK STATEMENT (PWS) Title Wheelchair and Courtesy Transport IDIQ to support the Sioux Falls VA Health Care System General Overview The purpose of this requirement is to provide transport services for the U.S. Department of Veteran Affairs (VA) Sioux Falls VA Health Care System (SF) located in Sioux Falls, South Dakota. The service provided shall be performed in such a manner as to assure the safety and welfare of patients, visitors, and staff. The Contractor shall provide all vehicles, personnel, management, transportation, materials, supplies, and equipment necessary to perform contract services as defined and specified herein. Contractor shall furnish all necessary vehicles, drivers, and attendants when required, to transport patients of the SFVAHCS. Services provided under this contract shall strictly adhere to all current laws and regulations applicable to the State of South Dakota and the City of Sioux Falls unless supplemented to exceed those requirements as specified herein. Contractor will comply with U.S. Interstate Commerce Commission required insurance liability coverage for out-of-state trips (Iowa, Minnesota, Nebraska, North Dakota, etc.). Transportation is required for non-ambulatory patients who are usually wheelchair bound and require wheelchair van transport. The quantities indicated in B.2 (Price/Cost Schedule) are estimates only. Place of Performance Sioux Falls VA Health Care System 2501 West 22nd Street Sioux Falls, SD 57105 Geographical Area of Coverage for transport of Veteran patients is considered Eastern South Dakota, Southwestern Minnesota, Northwestern Iowa, and Northeastern Nebraska. Community Based Outpatient Clinics (CBOCs) serviced by this contract are: Aberdeen CBOC 3307 10th Avenue Aberdeen, SD 57401-8027 Sioux City CBOC 380 West Anchor Drive Dakota Dunes, SD 57049-5273 Spirit Lake CBOC 1850 Royal Avenue Spirit Lake, IA 51360-1092 Wagner CBOC 400 West South Dakota Highway 46 Wagner, SD 57380-9369 Watertown CBOC 4 19th Street Northeast Watertown, SD 57201-3936 Period of Performance This will be a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with period of performance of 03-01-2022 to 02-29-2024. Services will be contracted through the issuance of IDIQ task orders against IDIQ Contract each year: Year Period Begins Period Ends Base Year 03-01-2022 02-28-2023 Option Year 1 03-01-2023 02-29-2024 Exercise of option year will be at Government discretion based on continued need for services, Contractor performance, and availability of funds in a given fiscal year. Scope of Work Work Requirement The Contractor shall provide all vehicles, personnel, management, transportation, materials, supplies, and equipment necessary to perform contract services as defined and specified herein. Services provided under this contract shall strictly adhere to all current laws and regulations applicable to the State of South Dakota and the City of Sioux Falls. In no circumstances will any section or clause of this contract authorize the contractor to provide care and/or equipment below these established guidelines. Contractor shall furnish 7 days, 365 days a year, 24-hour transportation service for the beneficiaries of SF. The Contractor shall have and maintain the following qualifications: Contractors shall be regularly established in the business called for and who are financially responsible and have the necessary equipment and personnel to furnish in the volume required for all the items under this contract. Contractor shall have been in the hired car service business or at least two years. Successful offeror shall meet all requirements of Federal, State or-City-codes-regarding operation of this type of service Each offeror must submit, prior to contract award, documentation fully describing the make of vehicle, model, and year which he/she agrees to furnish under this proposal including the location and telephone number of his/her establishment where calls are received and vehicles are immediately available for dispatch. This letter must contain information as to the metering devices or methods offeror proposes to use in determining mileage. The Contracting Officer Representative (COR) will be notified in writing of any equipment added after award of contract. Non-Emergency Attendant/Driver(s) Prices quoted shall include the services of chauffeur and attendant (if and when required by Physician--only ambulatory patients who do not require medical management, but who may require assistance and/or restraining will normally be transported), and such other services as may be necessary to assist beneficiaries in and out of the vehicle, to or from the door of pickup, or delivery and handling of beneficiaries' articles such as prosthetic appliances, folding wheelchairs, or personal luggage items essential to his needs on admission to the hospital or return trip home. All attendants shall have successfully completed the prescribed standard course of First Aid of the American Red Cross of the U.S. Bureau of Mines, or equivalent. Proof that such first aid training has been successfully completed must be available upon request. An authorized official of SF, may, in the best interest of the beneficiary, allow a relative to accompany him/her at no additional charge for transport. This will be communicated to the Contractor by SF. It may be determined advantageous for the VA to assign its own attendant to accompany a patient. Contractor will be notified of this fact at time trip is arranged. In such cases, a return trip for the attendant will not be accomplished by contractor unless previous authorization has been given by SF. Number of Patients It is understood and agreed that from one (1) to four (4) patients could be transported from one (1) pickup location to destination. When travel beyond the city limits is involved and more than one patient is transported in the same vehicle, pick-up charge for each patient will be assessed as indicated by contractor in B.2 (Price/Cost Schedule) plus a single mileage charge covering the number of miles for the longest distance over which a patient is transported. Contractor must ensure that the pick-ups and drop-offs are scheduled so that the total distance traveled will result in the most economical charge to the Government. Only VA patients will be transported at one time by Contractor. Contractor is entitled to the following in regards to pick-up charge and mileage rates: Base Rate (Within City Limits): Contractor will receive the base rate unit price in Section B.2 (Price/Cost Schedule) where Contractor transports a patient within the city limits of Sioux Falls, as defined in 6. City Limits of PWS, either to or from an appointment. Base Rate (Outside City Limits): Contractor shall invoice for base rate outside city limits, as defined in 6. City Limits of PWS, in accordance with unit price listed in this contract in Section B.2 (Price/Cost Schedule). This rate would apply for any one-way trips which call for Contractor pick-up of Veteran patient outside of the city limits of Sioux Falls, and for the return trip if trip is loaded (bringing back a Veteran patient). Mileage Rate (Outside City Limits): Any authorized one-way trip for Veteran patient outside the city limits of Sioux Falls incurs the mileage rates as listed in Section B.3 (Price/Cost Schedule) of contract. Mileage rate applies to loaded (transporting Veteran patient) part of one-way trip beyond city limits of Sioux Falls, and return trip if trip is loaded (bringing back Veteran patient). Example: Contractor picks up Veteran patient from home in Brookings, SD to take back to Sioux Falls VA Medical Center. Travel distance one-way is 58 miles. Mileage rate is $3.00 per mile. Base rate for pick-up is $50. Contractor can invoice $174 for Mileage Rate and $50 for Base Rate for one-way trip to pick-up Veteran patient and $174 for Mileage Rate and $50 for Base Rate for one-way return trip to take Veteran patient back home. Waiting Time/Cancellations For time lost in waiting at either end or both ends of a trip due to a patient care delay that causes the patient to be over 15 minutes late, the contractor will be reimbursed at the rate of one-fourth the hourly rate quoted in his/her offer for each quarter hour or fraction thereof in excess of one-quarter hour from the time he/she reports to the designated person. If necessary, the contractor must wait the fifteen minutes--not leave and charge an additional pick-up charge. The contractor will call or otherwise notify the VA Travel Coordinator as soon as he/she anticipates that a delay may develop for which he/she expects to be reimbursed for ""Waiting Time"". This notice will verify the contractor's arrival time at the pickup point for which he/she will request reimbursement. VA Travel Coordinator contact information will be provided to the Contractor by the COR or COR Designee upon award. Waiting time pertains to transportation within City Limits and Outside City Limits. Payment for ""Waiting Time"" reimbursement MUST be approved and verified before payment will be authorized by COR or COR designee. In order to verify reimbursement for ""Waiting Time"", the Contractor must provide written documentation of the delay, including but not limited to (1) arrival time at origin and/or destination verified by other than Contractor's personnel, (2) departure time at origin and/or destination verified by other than Contractor's personnel, (3) reason for delay, and (4) total amount of reimbursement requested. Failure to notify the VA in advance of the possible charge could result in nonpayment. Waiting time will also be assessed as indicated above by VA if contractor fails to meet a pre-scheduled trip time. Cancellations Before Arrival at Destination: If VA decides that a previously scheduled trip has been cancelled, and a vehicle has been dispatched to designated pick-up point, VA may notify the Contractor to cancel the order. For orders that are cancelled while Contractor is already en-route to designated pick-up, Contractor is entitled to receive 50% of base rate for that trip and mileage rate up to mileage driven when notified by VA of cancellation. Cancellations After Arrival at Destination: Should Contractor arrive at destination before VA cancels the order, or if Contractor is unable to perform a scheduled pick-up beyond Contractor s control due to incorrect address, patient absence, or patient refusal to be transported, Contractor shall receive the full base rate and mileage rate (one-way). Orders Request for services to be performed will ordinarily be made by telephone, fax, e-mail, or scheduling software. Contractor will accept and initiate transports only from authorized personnel of the VA. Upon award of contract, the contractor will be provided with a list of authorized personnel and appropriate contact phone numbers. Providing transport upon the request from other than authorized personnel may result in non-payment of transport by the Government. Patients that are brought in for outpatient appointments will be taken to the Primary Care Check-In Clerk during normal business hours. If there are patients delivered before or after normal business hours, the driver will escort them to the Emergency Department Window. For all inpatients that are transported to appointments outside SF, the contractor will be required to pick them up and return them to the inpatient ward. Contractor's driver will communicate with VA staff when they pick-up or return a patient to an inpatient ward. If the contractor is unable to furnish the vehicles required for service under this contract, it will be the contractor's responsibility to obtain the services for the VA from an alternate source. If the contractor is unable to furnish the number of vehicles required, the contractor must notify the COR immediately by phone and then follow-up with e-mail. All subcontracted services must be pre-approved by COR prior to any patients being transported. If the Contractor fails to furnish service within a reasonable time (30 minutes shall be considered a reasonable time unless COR and Contractor mutually agree to alternate time and approval is requested from COR in writing) after receiving a request for services, the VA reserves the right to obtain the service from another source and to charge the Contractor with any excess cost resulting there from. The contractor will contact passenger(s) and notify them of the estimated pick-up time. The VA will be sole judge in determining when to order service from another source. If a trip has been pre-scheduled for a specified time and contractor fails to arrive at that time, waiting time may be assessed by VA. If mitigating circumstances occur due to events beyond Contractor s control (i.e., inclement weather, traffic construction, car accidents, breakdowns, and police/emergency responses), Contractor should communicate this concern immediately to requesting VA personnel, COR, or COR designee without delay to determine if another mode of transportation should be requested and ride request cancelled by VA. The Contractor shall advise the VA employee making the call the approximate time the vehicle will be dispatched. If it is impossible for the contractor to make a determination at the time of initial contact by the VA, the Contractor will advise the VA caller within 15 minutes of the VA calls when the anticipated time of dispatch of the vehicle and the company supplying the vehicle if the Contractor cannot supply his/her own vehicle. Times given for pickup of patients will be within prompt limits and agreeable to the VA personnel making the call. Contractor is required to notify the COR of any unusual events including but not limited to accidents, safety problems & patients unbolting themselves during transport under this contract. Notification will be made within one hour by phone and a written report delivered to the COR within 24 hours. City Limits The city limits, for the purpose of this contract, is defined as the corporate limits of Sioux Falls. Corporate limits for Sioux Falls are derived from the boundary map of Sioux Falls as listed at https://dataworks.siouxfalls.org. Within this site, Contractor can also use the Parcel Finder section to verify if Veteran patient address is listed. If listed, then address is considered within City Limits. If not, then address is considered outside of city limits. Vehicles The Contractor must have at least two 4-door sedans (of sufficient size to transport a wheelchair with patient when required) or 6-passenger station wagons for performing hired car services and three vans for performing wheelchair van and lie-down services. All vehicles must be of modern design and manufacture and equipped with heat, air conditioning, adjustable temperature controls and safety belt for all occupants. All vehicles must be equipped with some form of communication device such as a two-way radio, cell phone, etc., which can be used for direct communications with their dispatch and/or VA medical staff in emergency situations. The Contractor shall make available for inspection by the COR or COR designee all vehicles at least once annually and when a vehicle is replaced. The Government reserves the right to inspect vehicles without notice to the contractor to ensure a safe environment for all veterans, veteran family members, and staff which have the potential of occupying the vehicles. Safety restraint systems are required in all vehicles. There will be safety restraints to secure wheelchair, stretcher, etc. to vehicle and all patients will be secured in wheelchair, seat, etc. using a restraint device or safety shoulder harness system. If VA beneficiary being transported declines to be properly belted, the driver will notify the COR prior to departure or upon arrival at destination. The contractor is not required to transport any VA beneficiary who refuses to be properly secured while being transported. Wheelchair vans/lie-down vans: Wheelchair vans shall be equipped to safely load, carry, and discharge beneficiaries. Wheelchair vans shall be equipped at a minimum with the following: All vans must have a hydraulic lift that is integral to the vehicle for placing the patient into the van and a suitable means of fastening the wheelchair or litter to the van. Loading platform shall have raised edges, is counter balanced, self-adjusting to curbs and sidewalks, and self-storing. When not in use platform shall be securely stored so as not to block the vision of the driver or inconvenience the beneficiary. Upon mutual agreement of COR and Contractor, the requirement for hydraulic lift may be waived by COR in writing. Contractor shall be required to provide the COR with written justification for this request, including any supporting documentation or alternate equipment product description and brochures as requested by COR. Any van which will be utilized for performing lie-down transportation services must be equipped with a litter complete with restraining straps and side-rails. The van used for wheelchair van transportation must be equipped with a wheelchair at all times. Side and/or rear loading doors shall be operational from both inside and outside the vehicle. It is required that all vehicles have safety restraints for patients and medical personnel. Clamp cleats or belts, to accommodate both standard and oversized wheelchairs, too firmly anchor wheelchair and prevent movement in any direction. Steps shall be treated with non-skid material. Safety belts for occupants. Four (4) emergency flares and warning lights. Two (2) blankets. Reverse alarm. All vehicles will have at a minimum the following: One (1) five-pound Standard ABC fire extinguisher, in operating condition, with a current inspection tag Adequate straps, tie downs, and latches to secure stretchers, cots, wheelchairs, etc. to the specific vehicle used in performing work under this contract. Adequate straps to secure beneficiaries safely to any seat, stretcher, cot, and/or collapsible stretcher appropriate to the vehicle used in performing work under this contract. All vehicles dispatched for service under this contract must be in mechanical running condition without indications of engine malfun...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c70286d6b55457f8b809cadfbef4b6d/view)
 
Place of Performance
Address: Sioux Falls VA Health Care System 2501 West 22nd Street, Sioux Falls, SD 57105, USA
Zip Code: 57105
Country: USA
 
Record
SN06205648-F 20211230/211228230109 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.