The RFP Database
New business relationships start here

Ambulance Service for the Durham VAMC.


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

Page 1 of 3
Page 1 of 3
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. Market Research is being conducted to determine small business, small disadvantaged business, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Woman Owned Small Business and HUB Zone interest.
The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small businesses.
The Department of Veterans Affairs Medical Center Durham, NC is trying to determine whether to set-aside for a SDVOSB, VOSB, or Small business contractor that can provide ambulatory services to those veterans not requiring hospitalization to include a requirement for Basic Life Support (BLS) and/or Advanced Life Support (ALS) Ambulance Services. The contractor shall furnish twenty four (24) hour ambulance service for the beneficiaries of the Department of Veterans Affairs at the following locations: 27 counties within the Durham VAMC, Durham NC catchment area, which are: Alamance, Beaufort, Bertie, Carteret, Caswell, Chatham, Craven, Durham, Edgecombe, Franklin, Granville, Greene, Halifax, Hyde, Johnston, Martin, Nash, Orange, Pamlico, Person, Pitt, Rockingham, Vance, Warren, Washington, Wake, and Wilson.
All services conducted in North Carolina must be in compliance with the North Carolina Department of Human Resources, North Carolina Office of Emergency Medical Services standards. All VAMC Durham required services conducted in North Carolina, must be in compliance with the rules and regulations required of firms, corporations, agencies, organizations or associations providing emergency medical services within the State of North Carolina.
The Department of Veterans Affairs intends to issue a solicitation in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and (FAR) Part 13, Simplified Acquisition Procedures.
The expected performance period will be July 01, 2017 through September 30, 2017; with four option years (if exercised). The NACIS code is 621910. The size standard is $15 Million.
The contract will include a requirement for Basic Life Support (BLS) and/or Advanced Life Support (ALS) Ambulance Services. The contractor shall furnish twenty four (24) hour ambulance service for the beneficiaries of the Department of Veterans Affairs Durham
All services conducted in North Carolina must be in compliance with the North Carolina Department of Human Resources, North Carolina Office of Emergency Medical Services standards. All VAMC Durham required services conducted in North Carolina, must be in compliance with the rules and regulations required of firms, corporations, agencies, organizations or associations providing emergency medical services within the State of North Carolina.
Any and all equipment, machinery, linens, etc. taken with patients from the VA Medical
Center must be returned to the Medical Center.B The Contractor is responsible for furnishing linen and blankets for use in the ambulance.B Clean and fresh linen and blankets must be used for each patient.B The Medical Center will not furnish linen or participate in a linen exchange program.B The following items must be provided on each ambulance:B

2 sheets, disposable or cloth
2 pillowcases, disposable or cloth for each pillow
2 cloth towels

Universal Precautions will be used on all VA patients.

If the contractor fails to furnish ambulance service within one hour after receiving a VAMC
request for service, the VAMC reserves the right to obtain the services from another source and to charge the contractor any excess cost which may result.B The VAMC will be the sole judge in determining when to order service from another source. When conditions, neither foreseeable and/or controllable by the Contractor occur, such as but not limited to severe storms, flooding, hazardous road and travel conditions, time and distance requirements shall be considered secondary to safety precautions. Delays or exceptions to the required quality of services shall be reported to the Travel Clerk or Administrative Officer of the Day (AOD). The COR will make a determination as to whether such delays in service will be excused.

C. For excusable time lost in waiting at either or both ends of a trip, the contractor will be reimbursed at the rate of one-fourth the hourly rate for each quarter hour.B As soon as a delay is anticipated, the contractor will contact the transportation office at (919)286-0411, extension 6240 Monday thru Friday 8:00 a.m. to 4:30 p.m.B During other than normal duty hours, the contractor shall contact the Administrative Officer of the Day (AOD) at (919)286-0411, extension 6250.

D. Unless specifically authorized by the Chief, Health Administration Service or his/her designee, the driver is to take the shortest distance available.B The contractor will be reimbursed accordingly if advised to take the most expeditious route regardless of mileage.

E. If a BLS unit is requested and dispatched and after arrival at the pick-up point, the crew feels an ALS unit is needed, approval must be granted by an official of the Medical Center prior to transporting the patient if ALS rates are to be applied.

F. Requests for services will be made in writing or by telephone under the authority of the Chief, Health Administration Service, typically by the Travel Clerk, Contracting Officers Technical Representative (COR), or AOD.B The contractor will be informed of that time and location for pick-up and drop-off of the patient. The contractor shall notify the VAMC of any delays in the transporting of patients.

G. On evenings and weekends the contractor shall have the right staff units in accordance with the typical demand requirements of the Medical Center.B Reduction in available units during the evening and weekend does not relieve the contractor of the responsibility to provide ambulance services when requested.

H. In accordance with the North Carolina Office of Emergency Medical Services, each ambulance shall be equipped as outlined for vehicles designated to provide Advanced Life Support (ALS) and Basic Life Support (BLS) services.

I. The contractor must provide the inspection reports on all vehicles that will be used in the performance of this contract.B New vehicles must be reported before being used for this contract.

J. Each contractor operating in North Carolina must comply with inspections and reporting as required by the North Carolina Office of Emergency Medical Services.

K. Adherence to schedules is of the utmost importance. Contractor shall pick up the customer as near to the scheduled pickup time as possible. If Contractor arrives earlier than the scheduled pick up the driver shall wait at the pickup location until fifteen (15) minutes past the scheduled pickup time before calling the dispatcher for instructions.

L. Contractor shall report to the COR any and all vehicle breakdowns or other problems, which may cause service disruptions immediately. When a breakdown occurs, it is the responsibility of the Contractor s to provide a back-up vehicle to minimize any delay or inconvenience to the customer(s).

M. The Contractor shall be required to maintain 95% on time performance on a daily basis. Trips shall be considered on-time as long as they arrive at the destination on or before the scheduled arrival time. If you are a qualified business that is interested in performing these services, please notify our office of your intent. In response, please include the following: (a) a positive statement of your intent to submit a bid as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, point of contacts and telephone numbers; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. Responses to this notice should also identify whether or not the firm falls into any of the socioeconomic categories. Note this information is strictly for market research purposes and does NOT constitute a complete and final proposal. The solicitation exists at this time. Your response is required by 1:00 p.m. on May 19, 2017. All capable SDVOSB, VOSB, and small business are encouraged to respond. The Government will not pay for any information submitted. All of the above must be submitted in sufficient detail in writing or email to:

Anthony D. Long
Contracting Officer
NCO 6
100 Emancipation Drive
Hampton VA 23667.

If you have any questions or need additional information, please contact Anthony D. Long at Email address: anthony.long@va.gov. Fax number 757-728-3132.
Sources Sought Ambulance Services

Anthony D Long
Contract Specialist
757-315-3956

government email account

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP