SOLICITATION NOTICE
W -- Ambulance Services and Personnel for Role Playing and Emergency Services
- Notice Date
- 5/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621910
— Ambulance Services
- Contracting Office
- USPFO for Indiana, 2002 South Holt Road, Indianapolis, IN 46241-4839
- ZIP Code
- 46241-4839
- Solicitation Number
- W912L9-12-T-0023
- Response Due
- 5/29/2012
- Archive Date
- 7/28/2012
- Point of Contact
- Kerry N. Champ, 812-526-1782
- E-Mail Address
-
USPFO for Indiana
(kerry.n.champ.ctr@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number: W912L9-12-T-0023 Notice Type: Combined Synopsis/Solicitation Synopsis: The following items are needed: Ambulances and personnel for Role Playing and Emergency Response. The offers received will be evaluated by a best value determination. Items: 1. GENERAL. This is a non-personal service requirement. Contractor shall provide all personnel, uniforms, administrative support, vehicles, equipment, supplies, and supervision required to manage and operate the following: a. Advanced Life Support (ALS) ambulances with crew at Muscatatuck Urban Training Center (MUTC), Butlerville, IN and associated training venues to provide both emergent and non-emergent ambulance services (see paragraph 3). Ambulance services include: ALS emergency response; administrative transfers; transports to/from aero-medical evacuation sites; patient transports; and field ambulance services. b. Marked Civilian Ambulance Vehicles with crew at Camp Atterbury Joint Maneuver Training Center (CAJMTC), Edinburgh, IN and associated training venues (see paragraph 3). The purpose is to replicate a civilian ambulance providing medical transport in support of training activities. These ambulances are for training purposes only and no medical capabilities will be provided by these vehicles. 2. PERSONNEL QUALIFICATIONS. a. EMT-Basic/Intermediate personnel shall meet all requirements established by the State of Indiana and the NREMT; have at least one year experience as an EMT; have licenses corresponding to the individual's level of training and have current Basic Life Support (BLS) certification issued by the American Heart Association. b. EMT-Paramedic personnel shall meet all requirements established by the State of Indiana and the NREMT; have at least six months Paramedic experience; have licenses corresponding to the individual's level of training; and have current Basic Life Support (BLS), Advanced Cardiac Life Support (ACLS), and Pediatric Advance Life Support (PALS) certifications issued by the American Heart Association. c. Civilian Ambulance Vehicle drivers will have a valid State of Indiana driver's license. No medical qualifications are required to operate these vehicles. d. Employees shall be fluent in and capable of conveying in writing the English language using correct medical terminology. 3. STAFFING REQUIREMENTS. a. Minimum ALS ambulance vehicle/staffing requirement with sufficient EMT personnel to operate at the ALS level for the following; 1) Two (2) ALS ambulances/crews on-site at MUTC during normal duty hours of 7:00 am to 7:00 pm, July 25 through August 3, 2012. 2) Two (2) ALS ambulances/crews on-site at MUTC during the hours 7:00 am to 7:00 pm, August 7-13, 2012. 3) One (1) ALS ambulance/crew on-site at MUTC during the hours of 7:00 am to 7:00 pm, August 5-6, 2012. 4) One (1) ALS ambulance/crew on-site at MUTC during the non-normal duty hours of 7:00 pm to 7:00 am, July 27, July 28, August 9, August 11, 2012. b. Minimum civilian ambulance vehicle/staffing requirement with sufficient licensed drivers to operate as non-medical transport for the following; 1) Four (4) civilian-marked ambulance vehicles/crews on-site at MUTC during the hours of 7:00 am to 7:00 pm, July 25, 2012 through August 3, 2012. 2) Four (4) civilian-marked ambulance vehicles/crews on-site at MUTC during the hours of 7:00 am to 7:00 pm, August 7 through August 13, 2012. 3) One (1) civilian-marked ambulance vehicle/crew on-site at MUTC during the hours of 7:00 am to 7:00 pm, August 5-6, 2012. 4) One (1) civilian-marked ambulance vehicle/crew on-site at MUTC during the non-standard hours of 7:00 pm to 7:00 am, July 27, July, 28, August 9, and August 11, 2012. 5) One (1) civilian-marked ambulance vehicle/crew on-site at CAJMTC during the hours of 7:00 am to 7:00 pm, July 29 through August 3, 2012. 6) One (1) civilian-marked ambulance vehicle/crew on-site at CAJMTC during the hours of 7:00 am to 7:00 pm, August 7-13, 2012. 7) One (1) civilian-marked ambulance vehicle/crew on-site at CAJMTC during the non-standard hours of 7:00 pm to 7:00 am, July 29 and July 30, 2012. c. One (1) Contractor Representative, for coordination, will be required to attend an on-site exercise pre-brief at MUTC on July 24, 2012 at 9:00 am, and with exercise control personnel at CAJMTC the afternoon (time to be determined) on July 24, 2012. 4. ADDITIONAL REQUIREMENTS. a. All contractor personnel performing under this contract remain employees of the contractor and not employees of the Government. All contractor Emergency Medical Technicians (EMT) and contractor licensed vehicle drivers will be treated as they would be under a non-personal services contract. The Contractor must provide personnel who are competent, qualified and adequately trained to perform assigned duties. The Government will evaluate the quality of both the Contractor's professional and administrative services for purposes of contract inspection and acceptance. b. Contractor shall provide a Supervisory Project Manager with full authority to act for the contractor and who shall be physically on-site at MUTC during normal duty hours of 7:00 a.m. to 7:00 p.m. daily during the period of this contract. This position shall be staffed at all times during the normal duty hours listed. Contractor personnel performing Supervisory Project Manager duties shall be a licensed EMT-Paramedic with at least one year experience as a Paramedic Supervisor. Contractor shall ensure that Supervisory Project Manager will be the same person for a minimum of five days consecutively. This will ensure continuity of coordination and management oversight. Contractor is also responsible for ensuring formal pass-on communication occurs between rotating Supervisory Project Managers to include all relevant information concerning operational support provided by contractor ambulances. c. Civilian Ambulance Vehicles and ALS ambulances provided by contractor will provide simulated medical transport and real-world ALS ambulance coverage within CAJMTC, MUTC and between MUTC and all associated training venues to include but not limited to Seymour, IN; North Vernon, IN; Forward Operating Base (FOB) Panther; CAJMTC, IN; Shelbyville, IN; Jennings County Fairgrounds, IN; Jefferson Proving Ground (JPG), IN; and Scottsburg, IN. Transport to other associated training venues will be by mutual consent. Frequency of simulated medical transport will be several times a day during duty hours at the direction of the USARNORTH Exercise Control. The drivers may be required to assist in the lifting of medical mannequins (100 lbs.) as needed. The drivers/crews of each ambulance will be required to communicate via radio provided by USARNORTH personnel, and mobile (cell) phones provided by the contractor. d. Contractor will be responsible for providing all medical supplies required for operation of each ALS-capable ambulance. Contractor will also be responsible for providing a reasonable level of contingency medical supplies above and beyond normal ALS ambulance requirements in order to anticipate the health effects of extreme weather conditions, i.e. heat and cold. Contingency medical supplies may include but are not limited to such items as additional IV fluids and cold packs. Contractor will provide USARNORTH Exercise Control a list of anticipated contingency medical supplies prior to the exercise for review and comment. This list of contingency medical supplies will be mutually agreed upon between ARNORTH and Contractor and will further serve as the basis for defining what is reasonable in terms of the level of contingency medical supply stock to be maintained during the exercise by the Contractor. The list of contingency medical supplies will be based on anticipated weather conditions. Contractor will incorporate cost of both required and contingency medical supplies into bid price for contract. e. All contractor employees shall abide by current applicable Federal, State, and local laws/regulations relating to ambulance services and vehicle operations. Contractor shall provide or arrange required training for employees to ensure employees are current in their continuing education and qualifications to meet minimum requirements for re-certification from the State of Indiana and NREMT, as applicable. f. Employees shall maintain a neat, clean appearance. Uniform shall consist of pants, shirt, closed toe shoes, all season waist length jacket, appropriate patches IAW State of Indiana and NREMT, and badges identifying employee's name, contractor's name, and applicable position title. Badges shall be visibly displayed on employee's outer garments above the waist. g. All contractor personnel must possess a valid State of Indiana driver's license. See RFQ for IMPORTANT additional details Shipping / Location Information: FOB: Muscatatuck Urban Training Center Butlerville, IN 47223 The North American Industry Classification System (NAICS) Code is 621910. All responsible sources may submit an offer, which shall be considered by the Agency. The winning vendor will be required to be registered in CCR (Central Contractor Registry). Lack of registration in CCR will make an Offeror ineligible for award. CCR is located at www.ccr.gov or www.bpn.gov A Firm-Fixed-Price purchase order will be issued in writing. Payment: Payment by Wide Area Work Flow. Contractors using WAWF must register online at https://wawf.eb.mil You can find more information on WAWF and the registration process on the WAWF training site; http://www.wawftraining.com The following clauses and provisions incorporated can be found in RFQ W912L9-12-T-0023 and are to remain in full force in any resultant purchase order. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil POC: Kerry Champ Questions pertaining to this RFQ should be emailed to kerry.n.champ.ctr@us.army.mil Questions are due in this office no later than 21 May 2012, at 1 p.m. EST. Quotes are due in this office no later than 29 May 2012 @ 4:00 p.m. EST. Quotes should be e-mailed to kerry.n.champ.ctr@us.army.mil Quotes must include all requested items, tax id number and cage code. ***The Government considers the listed items as demonstrating the level of quality desired by this solicitation. Must provide specifications for items you are quoting. *****************Solicitation and all documentation can be located at www.fbo.gov or www.nationalguardcontracting.org. Click into NGB Advertised Solicitations and look for solicitation number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L9-12-T-0023/listing.html)
- Place of Performance
- Address: MUTC 17 Administration Drive Butlerville IN
- Zip Code: 47223
- Zip Code: 47223
- Record
- SN02746157-W 20120513/120511235552-dfa69632345e79ba397ad8c5fb36a0cd (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 |