Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2004 FBO #1040
SOLICITATION NOTICE

Q -- Tactical Medical Program

Notice Date
8/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
COW-4-R-0032
 
Response Due
9/10/2004
 
Point of Contact
Pamela Burch, Contract Specialist, Phone 202-353-3811, Fax 202-514-3353, - Jan Wisor, Contracting Officer, Phone 202-305-2130, Fax 202-514-3353,
 
E-Mail Address
pamela.burch@dhs.gov, jan.wisor@dhs.gov
 
Description
(i) 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. (ii) Solicitation number COW-4-R-0032 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. (iv) – Not Restricted). (v) The contract line items are: Medical Consulting Services, EMT Training Seminars, On-Hands Training, Deployment, Travel NTE $10,000, and Training Materials NTE $10,000 . (vi) Description/Statement of Work: STATEMENT OF WORK- for U.S. IMMIGRATION AND CUSTOMS ENFORCEMENT - TACTICAL MEDICAL PROGRAM - Introduction and Background - This requirement is for the development and operation of a Medical Control Program for the U.S. Immigration and Customs Enforcement (ICE), Special Response Team/Tactical Medical Program. The ICE Special Response Teams have a requirement for the provision of on-line (via telephone and in person, as required) and off-line (via established protocols) medical control throughout the United States and overseas. Additionally, the vendor shall be required to provide training, as outlined below, to ICE Emergency Medical Technicians (EMT’s). The vendor, on behalf of its employees and, if any, its contractual physicians, and ICE, shall ensure that ICE employees receive on-line and off-line medical control throughout the United States and overseas. Scope of Work - The scope of work to be performed under this contract consists of the vendor assisting ICE with the development and operation of a Medical Assistance Program, which will support the requirements of the Special Response Team Tactical Medical Program. The Tactical Medical Program, (the “Program”) of ICE is a part of the Special Response Team program. This element is responsible for providing tactical medical care and support to all ICE Emergency Medical Technicians (EMT’s) and the public during high-risk law enforcement operations. Once the Program is developed, the vendor will assist ICE in the implementation and supervision of the Program, which shall include continuing education, on-line and off-line medical control, and Program guidance and assistance. The vendor shall meet with appropriate ICE personnel as frequently as necessary, either in person or via telephone and/or other electronic medium, to initially develop the Program and to provide the additional services (described in this statement of work) required during the performance period of this contract. The vendor shall be required to provide ICE with written materials such as meeting minutes, technical materials, policies, and other related documents during the developmental and operational phases of this contract. ICE and the vendor shall jointly designate a physician to serve as the Medical Director of the Program and another medical provider to serve as the Deputy Medical Director of the Program. The vendor shall ensure that the Medical Director and the Deputy Medical Director possess and maintain the appropriate licenses and permits, inclusive of malpractice insurance, as required by law or regulation, to perform their professional duties. ICE and the vendor shall also jointly designate changes in vendor personnel assigned to the Medical Director and Deputy Director positions. Work Requirements 1. MEDICAL CONSULTING SERVICES - The vendor shall provide the Program during the term of this Statement of Work with daily, twenty-four (24) hour medical consulting services availability by the Medical Director of the Program or his designee. This toll free on-line medical direction shall be performed via telephone request from the ICE Washington, DC office, the U.S. Customs and Border Protection (CBP) Sector Communications Office (Sector), or other location previously approved by ICE. 2. EMT TRAINING SEMINARS - The vendor shall develop and present training seminars to all ICE EMT’s in the program with two (2), forty (40) hour classes of continuing education per fiscal year which is (October 1st through September 30th), not to include clinical experience, applicable for use for State and National recertification. Included in this training shall be all course work necessary for ICE EMT’s to be re-certified at the EMT-B, EMT-I and/or EMT-P levels in accordance with the National Registry of EMT’s requirements AND with CPR recertification to American Heart Association and/or American Red Cross standards. Treatment In-service training of ICE EMT’s for medical care provided under these protocols will be provided by the vendor under the training seminars. The number of students in each class shall not exceed the number necessary to insure appropriate student/instructor ratios for the material presented, as set by ICE and the vendor. Keeping the proper ratios in mind, the vendor shall provide enough classes so that each ICE EMT receives the required two (2), forty (40) hour classes per fiscal year. This training shall be conducted in the Washington, DC commuting area, within a radius of 50 miles of ICE headquarters. 3. HANDS-ON TRAINING - The vendor shall coordinate “hands-on” training in a clinical environment to include the practice of all-encompassing techniques under the direction of the medical director or his/her designee. 4. DEPLOYMENT REQUIREMENTS - As requested by ICE of the vendor from time to time, the vendor shall supply the Program with trained and licensed medical personnel consisting of physicians and/or physicians assistants (PA’s) practicing in the specialty of Emergency Medicine, to assist and support, ICE personnel in providing on-site (field) emergency medical services. The vendor shall select trained and licensed physicians and PA’s. The vendor shall be responsible for supplying their medical personnel with clinical equipment and supplies necessary to provide the on-site field emergency medical services. -- The vendor shall provide assistance in assessing and planning medical action plans for any medical risks that may be associated with certain national or international high risk or high profile events. -- Participate in ICE interdisciplinary team meetings at the request of COTR in order to provide physician oversight of emergency care planning for the Program. -- Facilitate the methods used by the Program to communicate and share information with a patient’s attending physicians in order to maintain continuity of patient care. 5. TRAVEL - The government will fund all travel related to the duties outlined in this Statement of Work in accordance with the GSA Government Travel Regulations (GTR) and ICE must approve all travel in advance. The Government will reimbursed vendor in accordance with the GSA Government Travel Regulations (GTR). The government will not fund travel for conferences or other activities that the vendor elects to attend to facilitate certifications or to advance the vendor’s effectiveness. 6. TRAINING MATERIALS - The vendor will be responsible for providing all materials to ICE EMT’s for the successful completion of the training seminars, to include textbooks, medical supplies, training aids, equipment, instructors, handouts, and testing materials. -- Invoices for payment by ICE to the vendor for these Technical Requirements services shall be made in accordance with current federal laws, policies, and regulations. -- In order for ICE to effectively manage the Tactical Medical Program, it is required that the Medical Director, Deputy Medical Director, and their affiliated healthcare entity be geographically located in the Washington, DC metropolitan area, within a radius of 50 miles of ICE headquarters. -- The vendor shall provide the Medical Director, Deputy Medical Director, and other employees covered under this statement of work with appropriate communications devices (cellular telephone, pager, and/or other 2-way communications equipment) necessary to insure 24-hour availability. Duties and Responsibilities of the Government ICE shall: -- Designate up to fifty (50) qualified and nationally registered (and preferentially state certified) EMT’s to participate in this Program. -- Provide the Program’s EMT’s with any and all operating procedures, any other guidelines or assistance developed by the vendor for the Program. -- Require all ICE personnel participating in the Program to attend any and all continuing education courses, training and/or recertification and/or licensing courses. -- Require each EMT to complete within two weeks any and all patient care report forms supplied by ICE and approved by the vendor and any other pertinent patient records. -- Purchase, stock, re-stock and distribute, within two weeks, to all ICE personnel the necessary medical equipment and supplies, as designated by the vendor. -- Submit to the vendor for pre-approval of all continuing education, certification/licensure or re-certification/licensure courses and medical training for the Program’s personnel. Key Personnel: The vendor shall provide a physician to fulfill the functions of the Medical Director of the Program. Such physician shall meet the qualifications and fulfill the responsibilities set forth below. 1. The Medical Director’s qualifications shall be as follows: EDUCATION: Medical Doctor’s Degree (MD or DO) from an accredited medical school or school of osteopathic medicine. LICENSURE: Licensed to practice medicine in any state within the U.S. or the District of Columbia. SKILLS: Board certification in emergency medicine. Ability to work cooperatively with a team of care professionals throughout the organization. Ability to effectively communicate with patients, families, other team members, and professional lay members of the community served. Affiliation with an emergency medical department at a college or university that offers an international fellowship in emergency medicine. Police affiliated emergency medical care. Eligibility for National Security “Secret” clearance. The vendor shall require the Medical Director, the Deputy Medical Director, and their designees who perform hereunder, to obtain and maintain in good standing a valid license to practice medicine in any state or the District of Columbia, as well as all necessary narcotics and controlled substances registration numbers and licenses required for the performance of his/her duties under this agreement. 2. The Deputy Medical Director’s qualifications shall be as follows: EDUCATION: Medical Doctor’s Degree (MD or DO) from an accredited medical school or school of osteopathic medicine OR education/certification as a Physicians Assistant. LICENSURE: Licensed to practice at appropriate level in any state within the U.S. or the District of Columbia. SKILLS: Training and experience in emergency medicine. Ability to work cooperatively with a team of care professionals throughout the organization. Ability to effectively communicate with patients, families, other team members, and professional lay members of the community served. Police affiliated emergency medical care. Eligibility for National Security “Secret” clearance. Security -- The Government will assist the vendor in applying for and obtaining any and all necessary security clearances needed for its physicians or other personnel to provide services under this Agreement. -- The Government will consult with the vendor regarding issues related to the proper and necessary medical treatment provided by ICE personnel as a part of the Program. Deliverables 1. The vendor shall provide to Program or Program EMT’s, on a monthly basis, medical journal articles and self-test materials regarding pre-hospital care, via U.S. Postal Service or electronic mail. The vendor shall be responsible for maintaining the continuing education records for ICE EMT personnel and for completing recertification/licensure applications by maintaining hard copies of continuing education records for ICE EMT’s. The vendor shall provide duplicate copies of these records to ICE as required by ICE personnel. 2. The vendor shall provide written treatment protocols to all ICE EMT’s for Basic, Advanced, and “sick call” protocols. 3. The vendor shall provide a written debriefing to the COTR within five (5) days of performing the tasks described above upon the request of ICE. Contract - The Government intends to award a firm fixed price contract with a Base and Four option periods. (vii) Delivery – Within 10 days after contract award, delivery will be made to DHS/ICE, 425 I Street, NW, Room 2208 ,Washington, DC 20536. (viii) FAR 52.212-1, “Instructions to Offerors – Commercial Items”, is incorporated by reference. Offerors shall submit past performance information in their proposal. At a minimum, this shall consist of at least three most recent, prior customer point of contacts with phone numbers for performance of similar experience. Past performance information may be rejected by the government. (ix) FAR 52.212-2 “Evaluation – Commerical Items” applies to this procurement. Techical qualifications, Price and Past performance will be evaluated. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 “Offeror Representations and Certifications – Commerical Items” with the proposal. (xi) The FAR clause 52.214-4, “Contract Terms and Conditions – Commerical Items (xii) and FAR Clause 52-212-5 “Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commericial Items” apply to this acquisition. No additional FAR clauses apply. (xiii, xiv and xv – Not applicable). (xvi) Proposals are due in sealed envelopes/packages no later than 3:00PM Eastern Standard Time, September 10, 2004. Proposals shall be clearly marked/addressed as follow: DHS/ICE, Attn: Pamela Burch, Room 2208 , Procurement Division, 425 I Street, NW, Washington, DC 20536. FAXED PROPOSALS WILL BE EXCEPTED. (xvii) for information, fax questions to Pamela Burch at (202)514-3353. Interested parties are encouraged to review the website: www.FedBizOpps.gov for changes to the solicitation in the interim time until award of this requirement. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/INS/COW/COW-4-R-0032/listing.html)
 
Place of Performance
Address: Department of Homeland Security Immigration & Customs Enforcement, 425 I Street, NW Washington, DC 20536
 
Record
SN00684897-F 20041001/040929213335 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.