Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2012 FBO #3738
SOURCES SOUGHT

V -- AIR AMBULANCE SERVICES

Notice Date
2/16/2012
 
Notice Type
Sources Sought
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-12-ZR08
 
Point of Contact
Mary P Chapie, Phone: 618-220-7036, Tina M. Voss, Phone: 618-220-7145
 
E-Mail Address
mary.chapie@ustranscom.mil, tina.voss@ustranscom.mil
(mary.chapie@ustranscom.mil, tina.voss@ustranscom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI). US TRANSCOM/TCAQ-R is preparing to acquire air ambulance service within the NORTHCOM AOR (area of responsibility) to include Alaska and near off-shore, and missions to or from the CONUS and EUCOM, PACOM, SOUTHCOM and AFRICOM (the service area for this requirement may eventually become global), for the movement of DOD eligible patients using contractor furnished, fixed-wing jet aircraft configured to air ambulance standards, through 30 September 2017. Contractors shall provide all personnel, services, equipment, tools, fuel, oil, materials, facilities, supervision, and indirect materials necessary to perform air ambulance services, including a sufficient number of ground personnel for adequate maintenance and ground operations. The aircraft and medical crew may be required to be ready for immediate departure not later than two hours after confirmed notification of an air ambulance requirement. Copies of all medical documentaton utilized for all services completed will be sent to USTRANSCOM no later than 48 hours after completion of the service. Accreditation from the Commission on Accreditation of Medical Transport Systems (CAMTS) and/or the National Accreditation Alliance of Medical Transport Applications (NAAMTA) is required. We are required to conduct market research as part of acquisition planning. The information obtained from market research will help us arrive at the most suitable approach to acquire the services: 1) DESCRIBE AVAILABLE AIRCRAFT AND CAPACITY (include aircraft type, weight capacity, and patient capacity): _________________________________________________________________ 2) DO YOU ROUTINELY PROVIDE AIR AMBULANCE SERVICE TO/FROM THE LOCATIONS ABOVE?________IF NOT, WHICH LOCATIONS DO YOU ROUTINELY PROVIDE SERVICE TO? _________________________________________________________________________________ DO YOU HAVE THE CAPABILITY TO PROVIDE AIR AMBULANCE SERVICE GLOBALLY? __________ 3) HOW MUCH ADVANCE NOTICE IS REQUIRED PRIOR TO SCHEDULING A FLIGHT? ___________________________________________________________________________________ 4) DESCRIBE YOUR LEVELS OF MEDICAL PERSONNEL: ______________________________ ___________________________________________________________________________________ ___________________________________________________________________________________ 5) HOW ARE MEDICAL PERSONNEL CHARGED (BY THE HOUR? BY FLIGHT?) __________ ___________________________________________________________________________________ 6) APPROXIMATE PRICE RANGE (HOURLY RATE) FOR EACH TYPE OF MEDICAL PERSONNEL? ________________________________________________________________________________________________________________________________________________________ 7) WHAT TYPES OF CHARGES ARE TYPICALLY REIMBURSED FOR AIR AMBULANCE MISSIONS?_______________________________________________________________________________________________________________________________________________________ 8) APPROXIMATE PRICE RANGE PER GREAT CIRCLE STATUTE MILE (GCSM)? ___________________________________________________________________________________ 9) WHAT LENGTH OF CONTRACT IS COMMON TO YOUR INDUSTRY, 2, 3, 5 years? __________________________________________________________________ 10) WHAT AMOUNT OF LIABILITY INSURANCE PER OCCURRENCE DO YOU MAINTAIN FOR MEDICAL MALPRACTICE? ________________________________ 11) WHAT AMOUNT OF LIABILITY INSURANCE PER OCCURRENCE DO YOU MAINTAIN FOR GENERAL LIABILITY? ______________________________ 12) IS YOUR COMPANY CURRENTLY ACCREDITED BY CAMTS AND / OR NAAMTA? IF SO, PLEASE SPECIFY. ____________________ ______________________________________ 13) IS YOUR COMPANY A DOD APPROVED AIR CARRIER?_____________________ 14) IS YOUR BUSINESS A CERTIFICATED PART 135 OR 121 AIR CARRIER? IF SO, PLEASE SPECIFY. ___________________________________________________________________ 15) IS YOUR BUSINESS LARGE OR SMALL (1500 EMPLOYEES OR LESS)?_________________ 16) IS YOUR COMPANY WOMEN-OWNED, SERVICE-DISABLED VETERAN-OWNED, 8(a), OR HUBZONE? IF YES, PLEASE SPECIFY: ________________________________________________ 17) COMMENTS/SUGGESTIONS? __________________________________________________________ ____________________________________________________________________________________________________________________ ____________________________________________________________________________________________________________________ __________________________________________________________________________ This agency has not made a final commitment to procure the stated requirement and this RFI should not be construed as a commitment or authorization to incur costs in anticipation of such procurement. This agency is interested in obtaining responses to this RFI from prospective contractors, but no contractor shall be reimbursed for providing this information; therefore, the Department of Defense (DOD) will accept the requested information in whatever format it is provided. All information provided by the contractor will become property of the DOD and will not be returned. Responses are requested by 24 Feb 2012 and should include a point of contact, phone number, fax number and e-mail address. Interested parties capable of performing this requirement should send e-mail to: mary.chapie@ustranscom.mil or christine.magett@ustranscom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-12-ZR08/listing.html)
 
Place of Performance
Address: Within NORTHCOM AOR to include Alaska and near off-shore, missions to or from CONUS and EUCOM, PACOM, SOUTHCOM, and AFRICOM., United States
 
Record
SN02677193-W 20120218/120216234840-015c19b91dd3150f47268295f92e8da4 (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.