DOCUMENT
V -- SPECIAL MODE WHEELCHAIR VAN/AMBULANCE TRANSPORT - Attachment
- Notice Date
- 6/18/2013
- Notice Type
- Attachment
- NAICS
- 621910
— Ambulance Services
- Contracting Office
- Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
- ZIP Code
- 03104
- Solicitation Number
- VA24113R0364
- Response Due
- 7/15/2013
- Archive Date
- 10/13/2013
- Point of Contact
- Richard Coutermarsh
- E-Mail Address
-
yth
- Small Business Set-Aside
- N/A
- Description
- This is a pre-solicitation notice. At this time there are no requirements for any actions to be taken. Performance Work Statement 1. Requirements: Furnish twenty-four (24) hour ambulance and/or wheelchair van service for the beneficiaries of the Department of Veterans Affairs, Northampton VA Medical Center, 421 N Main Street, Leeds, MA 01053. 2. Number of Patients: It is understood and agreed that only one patient will be transported on a trip unless specifically authorized by the CO or COR. When more than one patient is transported on a trip, reimbursement will be made at the rate not exceeding the cost of transporting a single patient; however, when travel beyond the city limits is involved, the longest distance over which a patient is transported may be claimed when more than one patient is transported in a single ambulance concurrently The contractor must ensure that the pickups and drop-offs are scheduled so that the total distance traveled will result in the most economical charge to the Government 3. Waiting Time: For time lost in waiting at either end or both ends of a trip due to causes beyond their control, the contractor will be reimbursed at the rate of one-fourth the hourly rate quoted in his bid for each quarter hour or fraction thereof in excess of one-quarter hour from the time he reports to the designated person. If the pickup is other than the VA Medical Center, the contractor will call the Administrator On Duty (AOD) Coordinator, or other designated person on duty as soon as he anticipates that a delay may develop for which he expects to claim reimbursement. This call is only for the purpose of verifying his arrival time at the pickup point and is not necessary if the contractor anticipates no delay for which he will claim reimbursement. 4.Mileage: Trip mileage shall be paid as recorded by the Ambulatory Team off the vehicle odometer/ 5.Orders: a.Request for services will be made in writing or telephone by the AOD Coordinator, or other person designated to place orders by the Contracting Officer. Orders placed by telephone must be answered by an employee of the contractor. ANSWERING MACHINES ARE NOT ACCEPTABLE b.If the contractor fails to furnish ambulance service within thirty (30) minutes after receiving a request or any order, twenty fifteen (15) minutes for, the Department of Veterans Affairs may obtain the service from another source and charge the contractor with any excess cost. The CO/COR will be the sole judge in determining when to order service from another source. 6.Contracting Officer's Representatives (CORs): a.The Patient Services Supervisor is designated as the COR for Northampton VAMC. 7.Ambulance: a.The ambulance(s) used in the performance of this contract will be licensed and meet the minimum vehicle requirements as mandated by the State Department of Transportation or the Federal Specification for Ambulance, KKK-A-1822D, dated November 1, 1994, whichever is more stringent. Chassis or compartment modifications are permissible when they clearly exceed the minimal specification. The electrical system must, at a minimum, meet the standards of the Federal Specification for Ambulance, KKK-A-18828, Section 3.7, Electric Systems and Components, dated June 1, 1985. b.Ambulance Medical Equipment: Each emergency medical care vehicle will have patient compartment facilities, oxygen and suction systems and equipment, environmental climatic equipment, communications and additional systems equipment, accessories and supplies as required by the Federal Specification for Ambulance KKK-A-1822B, dated June 1, 1985. Additionally, this Medical Center requires that the contractor will have a cardiac monitor/defibrillator on board at all times. c.A "paramedic level" advanced life support ambulance organization providing services should consist of and provide the following: 1)There should be two nationally registered emergency medical technicians (EMT) per assigned vehicle; at least one of which should be a nationally registered emergency medical technician-paramedic. This license will be made available for review upon request by the Contracting Officer. In addition to the paramedic, the second EMT should be a nationally registered EMT at either the basic or intermediate level. Both attendants shall maintain current certifications and licenses required by state, regional, or local entities governing EMS activities. 2)Intermediate level EMT's will have the knowledge, skills, and equipment necessary to institute and/or continue certain shock and fluid therapy. These techniques include intravenous therapy utilizing equipment and fluids approved by the state. Paramedic level EMT's will have the knowledge, skills, and equipment to institute or continue the same treatment as the intermediate with the addition of certain definitive procedures and treatment including those prescribed by the American Heart Association (ACLS) such as electrical counter shock. d.Vehicles: All ambulance vehicles shall meet or closely approximate Federal Specfications KKK-A-1822c and maintain licensure by the state. The vehicle need not be licensed as an ALS ambulance. The vehicle age shall be less than five years from its year of manufacture and maintain current state registration, inspection, and other required permits. e.Equipment: Ambulances shall carry all equipment required by the state for licensure as an Advance Life Support Ambulance. 8. Wheelchair: a.For wheelchair van service, a Rehabilitation Service vehicle will be utilized in the performance of all services required under this contract. The vehicle shall meet the minimum requirements of the specifications established by the State. b.Wheelchair van equipment: The Rehabilitation Service vehicle shall at all times, while the vehicle is performing the services under this contract, maintain as a minimum the equipment required by the State. 9.Facilities: The following facilities and community based outpatient clinics require transportation of VA beneficiaries. Any and all facilities listed may order transportation. Northampton VAMC Facilities / Community Based Outpatient Clinics (CBOC) "VA Medical Center, 421 N Main Street, Leeds, MA 01053 "Springfield Outpatient Clinic, 25 Bond Street, Springfield, MA 01104 "Greenfield Outpatient Clinic, 143 Munson Street, Greenfield, MA 01301-9660 "Pittsfield Outpatient Clinic, 73 Eagle Street, Pittsfield, MA 01201 "Fitchburg Outpatient Clinic, Burbank Hospital, 275 Nichols Road, Fitchburg, MA 01420 "Worcester Outpatient Clinic, 605 Lincoln Street, Worcester, MA 01605 10.Trip Documentation: The contractor shall document each transport with an appropriate document that specifies the date, patient name and identification #, time of pick up, destination, time of drop off, mileage, and any notes regarding issues particular to the specific transport, including recording oxygen, cardiac monitoring, and other services provided, (i.e. material items, supplies). The contractor agrees to abide by any changes in managing the routing that the Chief Business Office in VA Central Office may designate. 11. Payment And Invoices: Invoices shall be submitted electronically no later than ten (10) calendar days following the end of the month of services and are to include all contract services furnished for the preceding month.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24113R0364/listing.html)
- Document(s)
- Attachment
- File Name: VA241-13-R-0364 VA241-13-R-0364_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=816933&FileName=VA241-13-R-0364-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=816933&FileName=VA241-13-R-0364-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-13-R-0364 VA241-13-R-0364_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=816933&FileName=VA241-13-R-0364-000.docx)
- Place of Performance
- Address: Central Massachusetts VA Medical Center;421 North Main Street;Leeds, MA 01053
- Zip Code: 01053
- Zip Code: 01053
- Record
- SN03092874-W 20130620/130618235238-3df1a033c3cf7bae74dcf2e4a6561dbd (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 |