DOCUMENT
V -- CBOC AMBULANCE TRANSPORTATION - Attachment
- Notice Date
- 3/31/2016
- Notice Type
- Attachment
- NAICS
- 621910
— Ambulance Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA25016Q0181
- Response Due
- 4/29/2016
- Archive Date
- 7/28/2016
- Point of Contact
- Roman Savino
- Small Business Set-Aside
- N/A
- Description
- 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 VA250-16-Q -0181 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for Ambulance services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 621910. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10701 East Boulevard, Cleveland, OH 44106 is seeking Quotes that provide pricing for ambulance services as described in the requirements below: Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, installation, and in-service timeline. Patient Care Administration Services is a service division of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10701 East Blvd., Cleveland, OH 44106. There shall be no site visit for this procurement. PRICING LINE ITEMS: 1) Basic Life Support (BLS), Ambulance Services will be from 7-1-2016 through 6-30-2017. PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined is significantly more important than price. The provision at VAAR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Roman Savino, Contract Specialist by e-mail only by Friday April 22nd, 2016. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 3 p.m. EST Friday April 29th, 2016 Technical questions and Quotes must be sent by email to roman.savino@va.gov. GENERAL REQUIREMENTS: The VA requires Medical Transportation Service to transport beneficiaries including physically or mentally handicapped individuals, aged and infirm persons, their attendants and personal belongings between points in Ohio. Contractor shall provide all labor, materials and equipment necessary to transport VA beneficiaries by Basic Life Support (BLS), ambulance services. Contractor shall provide all BLS Ambulance services as stated in the scope of work for veteran beneficiaries, when requested by the VA. The period of performance for Basic Life Support (BLS), ambulance services will be from 7-1-2016 through 6-30-2017. GENERAL DESCRIPTION: (a) The services of this contract will be utilized primarily for trips starting at a veteran's location (residence, nursing home, and other medical facilities) with the trip terminating at the Louis Stokes Cleveland VA Medical Center, at Akron (55 W Waterloo Rd Akron, OH 44319), Canton (733 Market Ave S Canton, OH 44702), Ravenna (6751 N Chestnut St Ravenna, OH 44266), New Philadelphia (1260 Monroe St NW #1A, New Philadelphia, OH 44663), Mansfield (1025 S Trimble Rd, Mansfield, OH 44906), Lorain (205 W 20th St, Lorain, OH 44052), Painesville (7 W Jackson St, Painesville, OH 44077), & Sandusky (3416 Columbus Ave, Sandusky, OH 44870) Community Based Outpatient Clinics. These transports will primarily take place three (3) days per week for approximately five (5) different patients at a time for scheduled appointments via a standing order. This number of patients is subject to change at any time. Some trips will start at the Louis Stokes Cleveland VA at Wade Park division and end at other medical facilities and vice versa. There are also circumstances in which the VA outsources patients to other facilities to receive medical treatment. The VA is responsible for providing transportation for these veterans who meet the eligibility requirements for travel. Normal working hours will be between 5:00AM and 8:00PM, Monday through Friday, including weekends but excluding Federal Holidays. (b) Emergency transport requirements at the above stated facilities will be addressed by utilizing local 911 Emergency Services. (c) Should the VA determine that immediate transportation is essential to prevent loss of life or serious bodily harm, transportation, other services may be procured without referral to the Ambulance Contractor. However, in these rare cases, no charge shall be levied against the Contractor. (d) In order for beneficiaries to receive the best possible treatment, it is essential that the COR be notified as soon as possible by the Contractor in instances when it is known that the required services cannot be fulfilled by the Contractor or any of its hired subcontractors. This notice will enable the VA to secure the service elsewhere to meet the requirements. (e) In the event that all Contractor vehicles are utilized on service runs for this Medical Center and additional vehicles are needed, it is the Contractor's responsibility to arrange transportation through a subcontractor. If this circumstance were to arise, the Contractor will still bill the VA according to the details of this contract. In addition, the Contractor is required to notify the COR of this inability to provide the service and the Contractor shall pay any difference in costs. Failure to notify the VA may reflect upon the Contractor's ability to perform under this contract and may constitute sufficient cause for termination of the existing contract. (f) It is preferred that the awarded Contractor bill the Cleveland VA Medical Center by utilizing a secured means of Electronic Data Interchange (EDI). When billing, the VA requires that each trip is disclosed with the individual cost, mileage utilized point of pick-up and point of drop-off, along with the date of transport and associated patient identification. PRICING/COST SCHEDULE Performance Schedule: July 1, 2016-June 30, 2017 LINE ITEMDESCRIPTIONEST QTYUNITBASIC LIFE SUPPORT (BLS)RATEMILEAGE RATE (est. 16 miles per trip)TOTAL PRICE 0001SINGLE TRIPS1152 (96 trips per month)TRIPS Total Price for Year: _________________________________________________ "Cancellation On-Site Rate (COS) Rate is the same rate as the Basic Life Support (BLS) Rate. There is usually no Cancellation On-Site Trips. "There is an estimated average of 96 trips per month (or 24 trips per week) and an estimated average of 16 miles per trip "Each roundtrip transport was counted as 2 trips since there was a transport each way. Also, these trips are mainly comprised of Standing Orders with some miscellaneous trips so transports mainly take place 3 times a week (every other day) and there is not necessarily a trip each day. Please read below regarding the formula for pricing proposals: Average mileage per trip - 16 Average trips per month-96 Estimated BLS Trip Price: 16 x (Mileage Rate) + (BLS rate) = Total Trip Cost (per month) = Estimated BLS Trip Price x 96 = Total Trip Cost x 12 months = Total Price
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25016Q0181/listing.html)
- Document(s)
- Attachment
- File Name: VA250-16-Q-0181 VA250-16-Q-0181_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2646981&FileName=VA250-16-Q-0181-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2646981&FileName=VA250-16-Q-0181-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-16-Q-0181 VA250-16-Q-0181_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2646981&FileName=VA250-16-Q-0181-000.docx)
- Record
- SN04069245-W 20160402/160331235322-dbfae4773ed5ea27b25c58ee8c5f25bd (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 |