Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
SOLICITATION NOTICE

Q -- National Medical Transport and Support Services Zones 1&2 - Pre-Solicitation Notice

Notice Date
4/2/2012
 
Notice Type
Presolicitation
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Response Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE90-12-R-0038
 
Point of Contact
Marcelle Loveday, Phone: 2026463859
 
E-Mail Address
marcelle.loveday@fema.dhs.gov
(marcelle.loveday@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Medical Transport and Support Services Pre-Solicitation Notice This synopsis is for the purpose of a pre-solicitation notification only. FEMA intends to issue the solicitation within 15 days of this pre-solicitation closing. Proposed Solicitation Number: HSFE90-12-R-0038 The Federal Emergency Management Agency (FEMA) intends to procure Medical Transport Support Services. FEMA requires a contract to provide stocked and staffed ground ambulances, para-transit vehicles, and air ambulances to transport and monitor individuals within the Gulf Coast and Atlantic Coast states in support of Federal events. This work specification establishes the requirement for staffed medical transport capabilities as well as licensed and certified medical personnel to include but not be limited to: 1) Medical Transportation a) Ground Ambulances b) Para-transit support c) Medical Airlift 2) Medical Personnel a) Emergency Medical Technician (EMT) b) Paramedic 3) Field Operations Team (FOT) 4) Communication Support Team (CST) 5) Planning and Exercise Support Services This requirement will be solicited full and open utilizing NAICS Code 621910. FEMA intends to award an indefinite-delivery, indefinite-quantity (IDIQ) contract to support each zone utilizing a multi-type contract line items (CLINs) to include Firm-Fixed Price (FFP), Time and Material (T&M), and Cost Reimbursable. In addition, in awarding this contract, the government will use the procedures established in FAR Part 15. It is anticipated that the period of performance will be an 8-month base period starting at contract award, with four (4) optional 12-month periods. The Request for Proposal (RFP) will only be available on the FedBizOpps.gov web page at http://www.fedbizopps.gov/. Prospective offerors are responsible for downloading the RFP and all attachments. It is the offeror's responsibility to monitor the FedBizOpps.gov web page for the release of the solicitation and any amendments that may follow. The final RFP should be available for downloading on or about fifteen (15) days after publication of this announcement. Telephone inquiries will not be honored. Requests may be made via email at Sam.Ansani@dhs.gov. Offerors are cautioned to include the Solicitation Number HSFE90-12-R-0038 on all documentation submitted in response to this requirement. The period of performance is for an 8-month base period starting at contract award, with four (4) optional 12-month periods The states shall be divided into Zone 1 (Texas, Louisiana, Mississippi, Alabama, Georgia and Florida) and Zone 2 (South Carolina, North Carolina, Virginia, West Virginia, Maryland, Delaware, New Jersey, New York, Pennsylvania, Connecticut, Rhode Island, Massachusetts, New Hampshire, Vermont and Maine). The maximum annual funding limitation (total aggregate task orders) is $49,750,000.00 per zone, for a total potential limitation of $248,750,000.00 per zone, if all options are exercised. The estimated award date for this requirement is July 31, 2012. The IVL (Interested Vendors List) feature has been activated on the Vendors portal to FedBizOpps and firms are encouraged to provide their contact information there to help maximize teaming arrangements and small and small disadvantaged business participation on this procurement. To be eligible for award, offerors must be registered with the Central Contractor Registry at www.ccr.gov. Additionally, Representations and Certifications must be completed at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/POS/HSFE90-12-R-0038/listing.html)
 
Place of Performance
Address: Various locations TBD, United States
 
Record
SN02711520-W 20120404/120402234952-24aff5539ddcdcacd7638d293f9b7c1e (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.