Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 05, 2023 SAM #7709
SOURCES SOUGHT

V -- Patient Transport Services - Brooke Army Medical Center

Notice Date
1/3/2023 2:10:02 PM
 
Notice Type
Sources Sought
 
NAICS
621910 — Ambulance Services
 
Contracting Office
W40M USA HCA JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
W81K00-23-R-XXXX
 
Response Due
1/25/2023 12:00:00 PM
 
Point of Contact
Tammi R. Lambert, Phone: 5714285209, Robin M. Castro
 
E-Mail Address
tammi.r.lambert.civ@health.mil, robin.m.castro.civ@health.mil
(tammi.r.lambert.civ@health.mil, robin.m.castro.civ@health.mil)
 
Description
This is NOT a solicitation for proposals, proposal abstracts or request for quotations. This is a sources sought/synopsis announcement issued by the Medical Readiness Contracting Organization - West (MRCO-W) seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing patient transport by ambulance services for Brooke Army Medical Center, Joint Base San Antonio (JBSA), Texas and the surrounding areas of responsibility. The purpose of this notice is to identify the availability and capability of qualified sources either small or large business relative to their size classification under the North American Industry Classification System (NAICS) Code for the proposed acquisition (621910) with a small business size standard of $22.5M. Attached is a DRAFT Performance Work Statement (PWS) for planning purposes only. No solicitation documents exist at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. Submittal Requirements: 1. Name of Company; Company Address; Point of Contact, with Name, Phone Number, Email Address, NAICS Code, UEI, CAGE Code, and Socio-Economic Size Status (Large/Small Business/HubZone/8(a)/Woman Owned Small Business/etc.). 2. All companies are required to notify the government if they are foreign-owned/foreign-controlled firm that will use of foreign national employees. 3. Contractor acknowledges a clear understanding of all tasks specified in the DRAFT PWS. Contractor confirms full capabilities of at a minimum, response shall address the following: �OBJECTIVE: To ensure interfacility transport services for the Joint Base San Antonio (JBSA) area to include but not limited to the following military treatment facilities, civilian hospitals, and residences within 300 miles of San Antonio: Brooke Army Medical Center, Wilford Hall Ambulatory Surgical Center (WHASC), the CPT Jennifer M. Moreno clinic, JBSA Behavioral Health Clinic, McWethy Troop Medical clinic, SPC Taylor Burk clinic, Reid clinic, Randolph clinic, Schertz Medical Home, Westover Hills Medical Home, Gateway Bulverde, and Corpus Christi Army Depot Occupational Health clinic; JBSA flightlines and San Antonio International Airport have 24/7 quality, non-emergent, interfacility patient transport �services. SCOPE OF WORK: The contractor shall provide ground transport services 24/7 for patients requiring non- emergent interfacility transportation for the Joint Base San Antonio (JBSA) area to include but not limited to the following military treatment facilities, civilian hospitals, and residences within 300 miles of San Antonio: Brooke Army Medical Center, Wilford Hall Ambulatory Surgical Center (WHASC), the CPT Jennifer M. Moreno clinic, JBSA Behavioral Health Clinic, McWethy Troop Medical clinic, SPC Taylor Burk clinic, Reid clinic, Randolph clinic, Schertz Medical Home, Westover Hills Medical Home, Gateway Bulverde, and Corpus Christi Army Depot Occupational Health clinic; JBSA flightlines and San Antonio International Airport. The contractor shall provide Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT). Types of vehicles used for transport shall include, but are not be limited to: Ambulances and/or ambulance buses capable of transporting combined loads of litter and ambulatory patients and wheel chairs in the event of a real life mass casualty situation. Ambulance transportation services to other hospitals or treatment facilities shall be utilized only when deemed medically necessary and by a doctor�s written authorization. The contractor shall transport patients to private homes/domiciles, when patients have been discharged from the hospital, when deemed medically necessary by a doctor�s written authorization. All requests shall be at the request and authorization of a JBSA attending physician. Note:� The government is not providing vehicles and/or equipment to perform the scope of the Performance Work Statement. 4. The government is contemplating a Firm Fixed Price Contract with CLINS structured on per runs and per mileage basis.� Is this the preferred industry standard or are there other contract types and clin structures the government should consider?� Are transport services such as ALS and BLS priced separately by runs? Or does the industry have an alternative pricing structure for interfacility patient transport? 5. Responses to items 1 -4 (above) shall be limited to 10 pages and emailed with the subject line Patient Transport Services � JBSA to Tammi R. Lambert, Contract Specialist tammi.r.lambert.civ@health.mil and Robin M. Castro, Contracting Officer robin.m.castro.civ@health.mil. This notice is NOT a request for quote or competitive proposals. Phone calls will not be accepted. Please submit non-proprietary information ONLY. The Government will not be responsible for proprietary, or competition sensitive information contained in responses received. Responses to this announcement will not be returned. Responders are solely responsible for all expenses associated with responding to this announcement.� Government will not be financially responsible for information received in response to this announcement. Responses are due Wednesday, 25 January 2023 by 2:00 PM CST. All responses must be submitted by email to Tammi R. Lambert, Contract Specialist (tammi.r.lambert.civ@health.mil) and Robin M. Castro, Contracting Officer (robin.m.castro.civ@health.mil).��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0c819211b8c04a87bf4d2fd43fa7b8f7/view)
 
Place of Performance
Address: San Antonio, TX 78219, USA
Zip Code: 78219
Country: USA
 
Record
SN06555399-F 20230105/230103230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.