SOLICITATION NOTICE
V -- PCMS MEDEVAC Service
- Notice Date
- 5/4/2006
- Notice Type
- Solicitation Notice
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ06R0011
- Response Due
- 5/17/2006
- Archive Date
- 7/16/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a Firm Fixed Price contract for dedicated MEDICAL EVACUATION service. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6. Services shall be provided in accordance wi th the requirements outlined in this announcement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All proposals shall reference Request for Proposal (RFP) number W911RZ-06-R-00 11. This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 05-08. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. This requirement is a 100% small business se t-aside. The NAICS code for this procurement is 481211 with a small business size standard of 1,500 employees. Period of Performance is 1 June 2006 through 16 June 2006, however pre-coordination will be necessary to establish communication frequencies an d procedures and to coordinate arrival of aircraft and crews. ?Proposals shall include pricing as follows:?CLIN 0001 MEDICAL EVACUATION SERVICES (includes staging, lift-off, transit, and any necessary medical procedures). The offeror must be capable of p roviding the services contained in the following STATEMENT OF WORK: The Contractor shall provide on-site medical evacuation and support to Fort Carson soldiers and civilians that have been injured or become ill while performing in Infantry Brigade Combat Training to be held at the Pinion Canon Maneuver Site (PCMS). The contractor shall provide the following: 1). A dedicated rotary wing aircraft capable of at least a one way loaded range of 200 Nautical Miles with required fuel reserves. The aircraft must be capable of cruising up to 130 KTS at altitudes up to 10,000 feet MSL while loaded. Aircraft and crew must be capable of navigating utilizing the Military Grid Reference System (MGRS) or conversion to LAT/LONG location references. The aircraft must co ntain a backboard/stretcher or be capable of accepting a military style stretcher and backboard. Multiple patient capacity is preferred but not required. The aircraft and pilot must be capable of landing to dusty, rocky and uneven terrain (slopes: nose d own 5 degrees, left/right 10 degrees). 2). Flight and medical crew must include at least 1 pilot, 1 Registered Nurse and 1 Emergency Medical Technician. 3). Equipment, tools, fuel, oils, materials, supervision and indirect materials necessary to perfor m air ambulance services including a sufficient number of ground personnel for adequate maintenance and ground operations and three trained and certified flight and medical crews. 4). The aircraft, flight and medical crew will stage at the cantonment area of the PCMS with a requirement to be ready for immediate departure no later than fifteen (15) minutes after confirmed notification of a patient evacuation requirement. This posture will be maintained for the duration of the designated shift timeframe. 5) . The aircraft and crew shall be trained and qualified to land in remote, unimproved areas. Typical landing zones (LZ) will be uneven, rocky and dusty terrain. The primary reference to the LZ will be the Military Grid Reference System (MGRS). The aircr ew must be capable of utilizing the MGRS or converting the references as required for navigation. 6). The aircraft and crew must be capable of communicating on VHF, UHF and FM frequencies. The aircrew will receive notification of a valid mission through either land lines or FM radio. Communications will be maintained with the exercise control cell on FM radio. Aircrew will be required to communicate with the personnel at the site of injury via FM radio. 7). The aircrew will comply with local flying p rocedures established for the PCMS by Fort Carson Aviation Standardization and will flight follow with Butts Radio while flying within the boundaries of Fort Ca rson or the PCMS. During MEDEVAC missions the exercise control, Fort Carson ATC and the PCMS range control will facilitate clearing of the airspace to allow the most rapid response of MEDEVAC aircraft. 8). The contractor must provide the following infor mation in real time to the Fort Carson operations center. (a). Whenever it is reasonable to expect the aircraft or aircrew will be out of service for a period of 1 hour or more due to weather, maintenance or extenuating circumstances. (b). Aircraft lift off for a mission. (c). Time of flight LZ. (d). Initial assessment of the patient and anticipated trauma facility. (e). Destination, time of drop off and patient status at time of drop off. 9). Air carrier must be accredited by the Commission of Accre ditation of Medical Transport System (CAMTS). Night Vision Goggle qualified crews are preferred but are not required. At the request of the government the contractor must provide historical safety records, mishap reports and documentation demonstrating t he contractor has established a formalized training program. 10). Aircraft and aircrews provided under this contract shall possess the capability to meet the following standards. (a). Cloud Ceiling shall include a day time minimum operating ceiling of 800 feet and a night time minimum operating ceiling of 1000 feet. (b). Visibility of a 2 mile day time and 3 mile night time radius. (c). Maximum wind speeds up to and including 40 knots. The aircraft must be capable cruising up to 130 KTS at altitudes up to 10,000 ft MSL while loaded. Contractor aircrews must receive the required aircrew briefs from Fort Carson installation standards and conduct the required local area orientations with aircrews prior to providing services. 11). The government will p rovide the contractor with an improved facility for the purposes of crew rest and flight planning. Within the limits of the environmental conditions as outlined in Para 2.6, the contractor will be exposed to environmental conditions expected during the mo nth of June consistent with a remote location in southeastern Colorado. Contractor employees shall be self-sustaining while on site, e.g., wear appropriate clothing for inclement weather and provide items for personal comfort. 12). Contractor employees who require emergency medical treatment while supporting training will be treated at a Military Treatment Facility. Following the initial emergency care, the government is not responsible for any continued or follow up care. 13). The aircrews and aircra ft must be staged at the PCMS to provide 24/7 coverage. The Fort Carson Installation Aviation office will establish a rotation between civilian contract services and military MEDEVAC. Minimum utilization and subsequent compensation requirements are antic ipated. 14). The government will furnish or make available to the contractor the following materials, equipment and facilities. (A). Latrine facilities. (b). Rest facilities (i.e., cot, bunk). (c). Crew ready room. Will include FM communication netwo rk for the training exercise, telephone and access to computers with internet access. The contractor will be responsible for loss or damage to government equipment caused by the contractor. All equipment issued will be turned-in at the end of the perform ance period, or in accordance with guidance provided by the government representative. CONTRACTOR MANPOWER REPORTING. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https ://contractormanpower.army.pentagon.mil. The required information includes: Contracting Office, Contracting Officer, Contracting Officer?s Technical Representa tive, Contract number, including task and delivery order number, Beginning and ending dates covered by reporting period. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data, Estimated direct labor hours ( including sub-contractors), Estimated direct labor dollars paid this reporting period (including sub-contractors), Total payments (including sub-contractors), Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate p redominant FSC for each sub-contractor if different), Estimated data collection cost, Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the cont ractor with its UIC for the purposes of reporting this information), Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nom enclature provided on website), Presence of deployment or contingency contract language, Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each c alendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor?s system to the secure web site without the need for sepa rate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) pr ovisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors in serted in paragraph (a) of the provision: EVALUATION FACTORS: 1) Technical acceptability (2) Past Performance (3) Price Technical Acceptability is defined, in order of priority as (A) contractors ability to meet or exceed, the required program skill set, and (B) documented technical expertise and experience to conduct the emergency medical evacuation services. To be technically acceptable the submitted bidder shall demonstrate there experience and capability of supporting all the requirements outlined in t he PWS, shall also explain the process intended to be used that will demonstate the procedures for response time after call notification and provide copies of current certification, licenses and insurance. A best value award will be made to the bidder sub mitting an offer found to be most advantageous to the government. The government will determine technical acceptability during a technical review. The offeror shall provide at least three (3) but no more than five (5) of the most relevant contracts perfor med for Federal agencies and commercial customers within three (3) years from the date of receipt of proposals. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. The following FAR Clauses are applicable to this acquisition:52.212-2 Evaluation-Commerical Items; 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement. (DFARS) 252.212. 7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Represen tations and Certifications with their proposal. 52.212 -4 Contract Terms and Conditions-Commercial Items; The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Sept 2005) a pplies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644), 52.222-3, Convict Labor (June 2003) (E.O. 11246), 52.222-21, Prohibition of Segregated Fa cilities; 52.222-26, Equal Opportunity; 52.232-36, Payment by Third Party (May 1999) (31 U.S.C 3332); 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C 206 and 41 U.S.C 351, et seq); 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits GS Serie s: GS-0640-07 Paramedic. Pay Grade GS-07 $16.36 an hour, GS Series GS-2181-12 Pilot. Pay Grade GS-12 $29.03 an hour, GS Series GS-0610-10 Registered Nurse. Pay Grade GS-12 $25.54 an hour; Wage Determination # 94-2079 Rev (29); U.S. Department of Labor W age Determination 94-2079 Rev (29) is incorporated into this contract. A copy may be obtained at http://www.wdol.gov; 52.222-44, Fair Labor Standards Act and Service Contract Act- Price Adjustment, FAR 52.249-2, Termination for Convenience of the Governm ent (Fixed-Price) (May 2004), FAR 52.249-4, Termination for Convenience of the Government (Services) (Short Form). (Apr 1984).; Additionally, 252.212-7001 (Dev), Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 525.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DOD a ppropriations acts), 525.232-7003, Electronic Submission of Payment Requests (Jan 2004) (10 U.S.C 2227), 525.243-7002, Requests for Equitable Adjustment (Mar 1998) (10 U.S.C 2410). Proposals shall be received at ACA, NR Directorate of Contracting, 1676 Evans Street, Bldg 1220, Fort Carson, CO 80913 ATTN: LaDonna Collins, not later than 4:00 p.m. MT, 17 May 2006. PROPOSALS SHALL INCLUDE: One original cover letter signed by an individual authorized to bind the organization and two additional copies, in ad dition technical proposal shall be provided in one original and two copys and shall not exceed a total of 50 type written pages, completed Representations and Certifications (or indication that Online Representation and Certifications have been completed, and three signed copies of acknowledgement of any amendments that may be issued. Offerors who do not comply with all requirements of this synopsis/solicitation may be eliminated from competiton. Any amendments that may be issued will be published in the FedBizOpps. All questions shall be submitted in writing to Ms. LaDonna Collins, Contract Specialist, at ladonna.collins@carson.army.mil by 10 May 2006, no later than 12:00p.m.
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Country: US
- Zip Code: 80913-5198
- Record
- SN01041164-W 20060506/060504221214 (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 |