MODIFICATION
Q -- National Medical Transport and Support Services Zones 1&2 - Solicitation 1
- Notice Date
- 5/15/2012
- Notice Type
- Modification/Amendment
- 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
- Response Due
- 6/15/2012 11:00:00 AM
- 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
- Attachments Solicitation Document The pre-solicitation notice associated with this solicitation was posted on 02 April 2012. This Request for Proposal (RFP) solicitation will only be available on the FedBizOpps.gov web page at http://www.fedbizopps.gov/. The Federal Emergency Management Agency (FEMA) hereby issues RFP solicitation HSFE90-12-R-0038 to procure Medical Transport and 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 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 solicitation is full and open utilizing NAICS Code 621910. FEMA intends to award an indefinite-delivery, indefinite-quantity (IDIQ) contract to support each zone utilizing multi type contract line items numbers (CLINs) to include Firm-Fixed Price (FFP), Time and Material (T&M), and Cost Reimbursable. The government will use the procedures established in FAR Part 15 for this procurement. The period of performance will be a base period of eight (8) months and four (4) twelve-month option periods. The states shall be divided into the Gulf Coast states, Zone 1 (Texas, Louisiana, Mississippi, Alabama, Georgia and Florida) and the Atlantic Coast states, 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 funding limitation of al task orders is $49,750,000.00 per zone per period. The not-to-exceed ceiling amount of the IDIQ including the base period and all option periods is $248,750,000.00 per zone. Vendors are encouraged to submit questions in regards to this solicitation to Marcelle.Loveday@fema.dhs.gov by no later than 22 May 2012 at 11:00am EST. Telephone inquiries will not be honored. Answers to questions will be provided as an amendment to this solicitation no later than 28 May 2012 at 11:00am EST. Proposals are due 15 June 2012 at 11:00am EST. Late proposals will not be accepted. Offerors shall reference the Solicitation Number HSFE90-12-R-0038 on all documentation submitted in response to this solicitation. PLEASE CAREFULLY READ ALL OF SECTION L of this solicitation for detailed submission instruction. 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. 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. Prospective offerors are responsible for downloading the RFP and all attachments. The attachments to the RFP are as follows: Attachment 1: Equipment for Ambulances in Federal Responses Attachment 2: Regional Ambulance Contract Zones Attachment 3: Government Furnished Equipment List Attachment 4: FEMA/HHS Para-transit Resource Utilization Guide Attachment 5: Example Vehicle Identification Placard Attachment 6: Example Personnel ID Attachment 7: Example Check-in & Check-out Sheets Attachment 8: Quality Assurance Surveillance Plan Attachment 9: Past Performance Questionnaire Attachment 10: Equipment list for Fixed Location Support and Multi-Modal Transportation Medical Services Attachment 11: Excel Spreadsheet of Section B (Individual zone pricing) Attachment 12: Excel Spreadsheet of Section B (combined zones 3&4 pricing)
- 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
- SN02748739-W 20120517/120516000300-4115ee1cf4f41d9a8590b7d51686a9c3 (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 |