MODIFICATION
Q -- Emergency Medical Services
- Notice Date
- 8/2/2018
- Notice Type
- Modification/Amendment
- NAICS
- 621910
— Ambulance Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- SNJBKCAB20180716
- Point of Contact
- Leketa Cunningham, Phone: 2106528877, Marcus J. Reedom, Phone: 2106528427
- E-Mail Address
-
leketa.cunningham@us.af.mil, marcus.reedom.2@us.af.mil
(leketa.cunningham@us.af.mil, marcus.reedom.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- **DATE CHANGE** Update as of 2 AUG 18, the Government intends to conduct a preprosal conference and site visit on 9 August 2018 at JBSA-Randolph Contracting Squadron. The JBSA-Randolph Contracting Squadron, 502 CONS/JBKCA intends to issue a solicitation for Emergency Medical Services (EMS) to be performed at JBSA-Randolph. The solicitation response time will be 15-days. This notice is not a request for competitive proposals however If interested Government shall consider all responses. The North American Standard Industry Classification System (NAICS) code anticipated for the acquisition is 621910 Ambulance Services, the small business size standard is $15M, and the Product Service Code V225 AMBULANCE SERVICE. The Government intends to set aside this requirement to a Small Business concern. The contractor shall provide full Emergency Medical Services (EMS) ground transport services 24/7 for patients requiring emergency transportation from Randolph to higher levels of care in the surrounding geographical areas. The contractor will provide Advanced Life Support (ALS). Types of vehicles used for transport will include, but are not be limited to: Ambulances and/or ambulance buses capable of transporting combined loads of litter and ambulatory patients in the event of a mass casualty event. Ambulance transportation services to other hospitals or treatment facilities shall be utilized only when deemed necessary. Non emergent requests will be at the request and authorization of an attending Physician. The contractor shall provide full emergency patient response services at Joint Base San Antonio, Randolph (JBSA-R). The contractor shall participate in JBSA-R base exercises. The contractor shall furnish all labor, management, supervision, vehicles, supplies, equipment, and transportation except as provided in Section 3, Incidental Furnished Property and Services. The contractor shall, at a minimum, transport patients based on injury or illness according to STRAC (Southwest Texas Regional Advisory Council) guidelines. Performance shall comply with the requirements contained in draft Performance Work Statement (PWS) (see attached) and professional standards of the Department of Transportation and the National Registry for Emergency Medical. Note** At the time proposal are due vendors shall provide evidence of an active service license with Texas Department of State Health Services according to Texas Administrative Code 157.11. and set forth in para 1.3.5.1 of the draft PWS (see attached). No proposal will be considered without evidence of an active service license with Texas Department of State Health Services. The Government intended CLIN structure for this requirement will be as follows; CLIN 0001Emergency Medical Response Services (Flat Rate Billed Monthly) The contractor shall provide ambulance and EMT/paramedic resources, and respond to emergencies as requested by the JBSA-Randolph Emergency Communications Center (ECC) in an appropriate medical response vehicle with transport capability. These EMS services require transport of patients for an estimated 200 runs per year. CLIN 0002 Additional Support (Flat Rate Billed by the Run) In the event that the Government has a requirement for EMS services that exceed those stated in CLIN 0001, the Contractor shall be responsible for providing additional support that conforms to the requirements of the attached draft PWS. The Government estimates that additional support could be up to15% greater than annual the estimates for CLIN 0001. This notice is not a request for competitive proposals however If interested Government shall consider all responses. The Government intends to conduct a preproposal conference and site visit on or about 2 August 2018. Interested vendors should contact Leketa.Cunningham@us.af.mi l for installation access instructions. The Government intends for performance to begin September 2018. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-07-25 18:05:35">Jul 25, 2018 6:05 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-08-02 20:30:05">Aug 02, 2018 8:30 pm Track Changes **UPDATE** EMS PWS DRAFT has been updated as of 25 JUL 18. See attachment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/SNJBKCAB20180716/listing.html)
- Place of Performance
- Address: JBSA Randolph AFB, Randolph, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN05017040-W 20180804/180802230939-a7e7d0b21bf2d38c3d12cf901ee94f57 (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 |