DOCUMENT
V -- Emergency Ambulance Services - Attachment
- Notice Date
- 5/28/2014
- Notice Type
- Attachment
- NAICS
- 621910
— Ambulance Services
- Contracting Office
- GLAC Southern Tier;Department of Veterans Affairs;Lovell Federal Health Care Center;3001 Green Bay Road;North Chicago, IL 60064
- ZIP Code
- 60064
- Solicitation Number
- VA69D14Q0860
- Response Due
- 4/27/2014
- Archive Date
- 6/26/2014
- Point of Contact
- Beatrice Cogswell
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis; THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. Requests for solicitation will not receive a response. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. This Sources Sought Synopsis is published for market research purposes. This market research will be used to determine if a set-aside for any small business program is appropriate. The applicable North American Industry Classification System Code (NAICS) for this procurement is 621910. To be considered a small business under this NAICS code the SBA size standard must not exceed $14.0 Million. Proposed project anticipates competitive, firm fixed price contract. Please review this announcement, including all attachments, in their entirety. The Great Lakes Acquisition Center (GLAC) Southern Tier in North Chicago, IL is conducting market research with the intent of determining the interest, capabilities, and qualifications of potential businesses for providing all personnel, equipment, and material necessary to provide for emergent, basic and advanced life support ambulance service, twenty four (24) hours per day, 365 days per year, on an as needed basis, at the CAPT James A. Lovell Federal Health Care Center (FHCC) in North Chicago. Transportation may include, but is not limited to, one-way trips between FHCC campus buildings to FHCC Emergency Department, and FHCC to affiliated hospitals. Contractor should have the capability to provide a critical care level of service, including respiratory ventilator transport, on-staff nurse or equivalent, and all associated labor, equipment, and supplies necessary to assure patient safety in the process. Emergency Medical Staff providing emergency service on ambulances under this contract must have completed training in accordance with the standards published by the Department of Health and Human Services including an in-hospital training period. Such training programs must also be acceptable under the regulating requirements for local EMS Systems supported by DHHS under PL 93-154, Federal Register 39:24304 (1974). Emergency Medical Staff shall be certified, licensed or otherwise officially recognized by the local, state or regional government or public entity where the emergency ambulance service is operated or by which it is governed. Ambulance drivers shall have a valid operator's or chauffeur's license in accordance with Federal, State and local government requirements for their place of operation, for the services they perform. They must be capable of administering oxygen and have successfully completed the Standard and Advanced First Aid Course of the American Red Cross or U.S. Bureaus of Mines or equivalent and be capable of providing necessary medical assistance to the attending Emergency Medical Staff. It is requested that interested offerors complete and return a Capabilities Statement as described below. The Capabilities Statement will be used to identify firms who possess both the capability and experience to provide for emergent, basic and advanced life support ambulance service, twenty four (24) hours per day, 365 days per year, on an as needed basis at Lovell FHCC. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The contractor shall provide all personnel, equipment, material, labor, vehicles, supervision, transportation and services necessary to effectively, economically, and satisfactorily perform all operations necessary to provide for emergent, basic and advanced life support ambulance service, twenty four (24) hours per day, 365 days per year, on an as needed. The period of performance shall be for one (1) year from effective date of award through twelve months from date of award. In addition to the information requested in the paragraph below, titled "Capabilities Statement", responding parties must also indicate their size in relation to the applicable NAICS. The NAICS Code is 621910 with a Size Standard of $14M in revenue. CAPABILITIES STATEMENT Interested parties shall submit a Capabilities Statement that is BRIEF and CONCISE, yet clearly demonstrates ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party feels is relevant. All interested firms responding to this Sources Sought Notice are requested to provide a capability statement which needs to include: - Company Name - Point of Contact Name, Phone Number and Email - Business Status (i.e., HUBZone, Veteran Owned, Woman-owned, SDVOSB, Large, etc.) - Dunn & Bradstreet Number - Commercial and Government Entity (CAGE) Code - Indication of current "System for Award Management" (SAM) Registration - Capabilities statement (i.e., similar government and commercial contracts for Emergency Ambulance Services, pertinent information, organizational structure, etc.) Prior Government contract work is not required for submitting a response under this sources sought synopsis. Interested Firm's shall respond to this Sources Sought Synopsis no later than 11:00AM CST on May 27, 2014. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Email your response to beatrice.cogswell@va.gov. POINT OF CONTACT: Beatrice Cogswell, beatrice.cogswell@va.gov. Submit Capabilities Statements via email by 11:00AM Central Standard Time on May 27, 2014. Contracting Office Address: GLAC Southern Tier Lovell Federal Health Care Center (FHCC) Attn.: GLAC Bldg. 1, 3rd Floor 3001 Green Bay Road North Chicago, IL 60064-3048 Place of Performance: CAPT J.A. Lovell Federal Health Care Center 3001 Green Bay Road North Chicago, IL 60064-3048 Primary Point of Contact: Beatrice Cogswell, Contract Specialist beatrice.cogswell@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D14Q0860/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-14-Q-0860 VA69D-14-Q-0860_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1388076&FileName=VA69D-14-Q-0860-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1388076&FileName=VA69D-14-Q-0860-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-14-Q-0860 VA69D-14-Q-0860_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1388076&FileName=VA69D-14-Q-0860-001.docx)
- Place of Performance
- Address: CAPT J.A. Lovell Federal Health Care Center;3001 Green Bay Road;North Chicago, IL
- Zip Code: 60064
- Zip Code: 60064
- Record
- SN03378256-W 20140530/140528235328-e33f60e68fbb736a2d95f5737442ed84 (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 |