The RFP Database
New business relationships start here

AMBULANCE SERVICES FOR OREGON/PUGET SOUND


Washington, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the following:

Anticipated North American Industry Classification System (NAICS) code is 621910 Ambulance Services, comprising of establishments primarily engaged in providing transportation of patients by ground/air, along with medical care.

Ambulance services for 3 SEPARATE locations described below. Sources capable of performing services for any one of these locations are encouraged to respond and NEED NOT BE CAPABLE OF PERFORMING IN ALL 3 LOCATIONS. B

ROSEBURG VETERANS AFFAIRS MEDICAL CENTER (VAMC)
Contractor shall provide Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT) ambulance transports of patients to designated locations. At times the Contractor shall transport patients to another facility for treatment or tests, wait, and transport same patient to a pre-determined destination.
The services will primarily be associated with the Roseburg VAMC area, but may include transporting patients to/from other areas in Oregon and can include Northern California and Western Washington. Primary geographical coverage shall be the Oregon counties of Douglas, Lane, Coos, Curry, Josephine, Jackson, Klamath, and California County of Del Norte. Less frequently, trips shall be to the Oregon s Counties of Linn, Benton, Lincoln, and Multnomah, and Washington s King County.

The service area will include, but not be limited to:
areas as far west as Coos Bay, Oregon;
areas far south as Crescent City, California;
Klamath Falls, Oregon;
areas as far north as Seattle, Washington;
areas as far east as Bend, Oregon.

PUGET SOUND VETERANS AFFAIRS HEALTHCARE CENTER (PSHCS)
The Contractor shall provide Basic Life Support (BLS), Advanced Life Support (ALS) and Critical Care Transport (CCT) ambulance transports of patients to designated locations listed below. The contractor may be required to transport patients to another facility for treatment or tests, wait while patient is receiving said treatment or test, and transport that same patient to a pre-determined destination.

Seattle Veterans Affairs Medical Center
American Lake Veterans Affairs Medical Center
Bremerton Community Based Outpatient Clinic (CBOC)
Mount Vernon CBOC
North Olympic Peninsula CBOC
South Sound CBOC
Valor CBOC Bellevue
Valor CBOC North Seattle

VASORCC / VA SOUTHERN OREGON REHABILITATION CENTER AND CLINICS
The Contractor shall provide Basic Life Support (BLS), Advanced Life Support (ALS) and Critical Care Transport (CCT) ambulance transports of patients to designated locations listed below. The contractor may be required to transport patients to another facility for treatment or tests, wait while patient is receiving said treatment or test, and transport that same patient to a pre-determined destination

The demand for the ambulance is estimated to require a minimum of one (1), but not more than three (3) such vehicles at any one time. The Contractor shall make available not less than one (1) at any time in performance of this contract. In principle, the specialty ambulance will include, but not be limited to:

Basic Life Support and Advance Cardiac Life Support, both as defined by the American Heart Association (AMA).
*Management of the airway and maintenance of effective respiratory exchange, to include placement of oral airways and endotracheal intubations.
Monitoring of vital, neurological, and electrocardiographic signs, including intake and output.
Administration of intravenous (IV) fluids, including the management of existing lines and the placement of peripheral and central venous lines
Administration of oral, intramuscular, or IV medications
*Items provided per a physician s orders


The intended contract periods are for a one (1) year, base period plus four (4) option year period.

Potential offerors are invited to provide feedback, referring to Sources Sought Notice VA260-17-N-0212 via e-mail to Enshane Nomoto at Enshane.Hill-Nomoto@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.

This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation.

Thank you for your participation.

Enshane H. Nomoto

enshane.hill-nomoto@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP