Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

V -- AIR AMBULANCE SERVICE

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Department of the Air Force, Air Mobility Command, HQ AMC/A34Y Contract Airlift, 402 Scott Drive Unit 3A1, Scott AFB, IL, 62225-5302
 
ZIP Code
62225-5302
 
Solicitation Number
FA4428-05-Q-0001
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; price lists are being requested and a written solicitation will not be issued. Reference Number FA4428-05-Q-0001 must be referenced in your response. The Government intends to establish a Blanket Purchase Agreement (BPA) with multiple carriers as a result of this announcement. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-03. The NAICS code is 481211 and the small business size standard is 1500 employees. The price list shall include pricing as follows: CLIN 0001 AIR AMBULANCE TRANSPORTATION (Unit price includes all costs associated with each Great Circle Statute Mile (GCSM) flown, excluding prices for patient care provided by medical personnel below.) $_________ per GCSM. CLIN 0002 MEDICAL PERSONNEL*. CLIN 0002AA LEVEL ONE (ACM-1) CREW MEMBER $_______ per hour. CLIN 0002AB LEVEL TWO (ACM-2) CREW MEMBER $_______ per hour. CLIN 0002AC LEVEL THREE (ACM-3) CREW MEMBER $_______ per hour. CLIN 0002AD LEVEL FOUR (ACM-4) CREW MEMBER $_______ per hour. CLIN 0002AE RESPIRATORY THERAPIST $_______ per hour. *Unit prices for the medical personnel shall be paid for DIRECT PATIENT CARE HOURS ONLY, not hours associated with positioning/depositioning the aircraft. 0003 REIMBURSABLE EXPENSES (Estimated at 15% of CLINS 0001 and 0002) (Includes, if applicable, Cancellation Costs, Landing/Parking/Airport/International Fees, Federal Transportation Taxes). Additionally, the price list shall include the reference number provided above, the carrier name, address, point of contact, and signature of authorized representative. A blank copy of the above price list format may be obtained from the point of contact below, in addition to the definitions of each ACM level. All invoices, except those for ground transportation, shall be submitted using Wide Area Work Flow ? Receipt and Acceptance (WAWF-RA). When invoicing for Reimbursable Expenses, round the invoice amounts to the nearest whole dollar. All services completed under the BPA shall be accompanied by sales slips that shall contain the following minimum information: Name of supplier, BPA number, date of service request, call number, itemized list of services furnished, quantity, unit price, and extension of each service, date service was provided. A summary invoice shall be submitted at least monthly for all services performed during a billing period, identifying the sales slips covered therein, stating their total dollar value, and supported by receipt copies of the sales slips. DESCRIPTION: If and when requested by authorized representatives of the contracting officer, the contractor shall furnish air ambulance service within the NORTHCOM area of responsibility (AOR) to include Alaska and near off-shore; within the SOUTHCOM AOR; between SOUTHCOM and NORTHCOM; between USAFE (to include Greenland) and the CONUS; and between PACAF and the CONUS, for the movement of DOD eligible patients using contractor furnished, jet aircraft configured to air ambulance standards, through 30 September 2008. Accreditation from the Commission on Accreditation of Medical Transport Systems (CAMTS) is required. The only exception to this requirement is a proven aeromedical company who has provided air ambulance service to the Air Mobility Command (AMC) in the past 12 months. Aircraft utilized shall be contractor-furnished, fixed-wing, jet aircraft. The contractor shall provide all personnel, services, equipment, tools, fuel, oil, materials, facilities, supervision, and indirect materials necessary to perform air ambulance services, including a sufficient number of ground personnel for adequate maintenance and ground operations. The aircraft and medical crew may be required to be ready for immediate departure not later than two hours after confirmed notification of an air ambulance requirement. The Government is obligated only to the extent of authorized purchases actually made under the BPA. Individual purchases under this BPA are limited to $125,000.00 or less. A list of individuals authorized to purchase under this BPA, identified either by title of position or by name of individual, organizational component, and the dollar limitation per purchase for each position title or individual shall be furnished to the provider by the contracting officer. FAR 52.212-5 ? CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCIAL ITEMS (APR 2005) applies. In addition, the following clauses within subparagraphs (b) and (c) of FAR 52.212-5 apply: X (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755). X (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). X (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). X (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). X (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). X (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). X (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989)(41 U.S.C. 351, et seq.). X (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). This Statement is for Information Only: It is Not a Wage Determination. Employee Class: Pilot GS-2181-11, Co-Pilot GS-2181-10 Monetary Wage-Fringe Benefits $24.30 and $22.11 respectively, and X (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (May 1989)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2005) applies. In addition, the following clause within subparagraph (b) of DFARS 252.212-7001 also applies: X 252.232-7003 Electronic Submission of Payment Requests (JAN 2004)(10 U.S.C. 2227). AIR CARRIER INSURANCE REQUIREMENTS: Prior to performance of any services hereunder, the contractor shall, at its own expense, procure and maintain during the entire performance period of this BPA, with a financially and legally responsible insurance company or companies minimum insurance coverage as set forth below: Liability for Bodily Injury to or Death of Aircraft Passengers: A limit for each person of at least three hundred thousand dollars ($300,000.00), and a limit for each occurrence in any one aircraft of at least an amount equal to the sum produced by multiplying three hundred thousand dollars ($300,000.00) by seventy-five percent (75%) of the number of passenger positions. Liability for Bodily Injury to or Death of Persons (EXCLUDING PASSENGERS): A limit of at least three hundred thousand dollars ($300,000.00) for each person in any one accident, and a limit of at least two million dollars ($2,000,000.00) for each accident. Liability for Loss or of Damage to Property: A limit of at least two million dollars $2,000,000.00) for each accident. If Combined Single Limit Liability is used, the amount thereof shall be at least equal to the combined minimum prescribed above for the various categories of split limits coverage. Liability payment insurance purchased pursuant to the requirements of this paragraph shall cover payment to the U.S. Government pursuant to the subrogation provisions of the Medical Care Recovery Act (42 U.S.C. 2651-3) and, within the liability limitations of this contract, the cost of U.S. Government provided medical care to the extent that said insurance would cover payment of the cost of medical care in the absence of any U.S. Government obligation to provide medical care. The contractor will provide written verification of insurance to arrive at HQ AMC/A34YAS, 402 Scott Drive, Unit 3A1, Scott AFB, IL 62225-5302 prior to the BPA award. The Contractor will expressly verify that (i) its insurance coverage meets all the requirements of this paragraph and (ii) that all policies providing coverage under this paragraph contain endorsements providing for the waiver of any right of subrogation the insurer may have against the United States by reason of any payment under the policy on account of any damage or injury in connection with the insured?s use of any Government aviation facility, or the insured?s purchase of services or supplies from the United States Government. In the event of cancellation or material change in policy coverage thirty (30) days prior to written notice shall be given to the Contracting Officer at the address above. Wage Determination No. 1995-0222, Revision No. 17, dated 05/27/2004 applies and a copy can be obtained from the point of contact below. Interested carriers shall include a List of Aircraft that contains the following information for each aircraft: Type Aircraft, Tail Number, Empty Weight, and Maximum Gross Take-Off Weight. Interested carriers shall also indicate which of the locations they are able to provide air ambulance service from/to. Offer will not be considered unless the offeror is an air taxi operator within the meaning of the Federal Aviation Act of 1958 (19 USC 1301) as amended. To be awarded a contract under this solicitation, prospective offerors must satisfy all DOD Commercial Air Carrier Quality and Safety Requirements as described in 32 CFR, Part 861.3, and the DOD Additional Standards for Contract Passenger Operations under FAR Part 135. These requirements exceed the FAA Part 135 standards in several areas. For additional information, contact HQ AMC/A34B at (618) 229-4801, or go to website http://public.amc.af.mil/business/a34b/default.aspx. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive a contract award. If you are not registered, you may request an application via 888-227-2423 or go to website https://www.bpn.gov/CCR/scripts/index.html. Small business links are as follows: The AMC public information web site and the AMC Small Business Specialist http://public.amc.af.mil/business/business.htm, USAF Small Business Specialist (http://www.selltoairforce.org), and Small Business Administration (http://www.sba.gov). Interested carriers must have 12 months of Continuous Service providing air ambulance service. Additional Standards for Department of Defense (DOD) Contract Aircraft Operations Under Part 135 (Noncommuter)(Passenger) apply and a copy can be obtained from the point of contact below. Responses to this notice must be received no later than 2:00 PM CT, 30 Jun 06 at the following address: HQ AMC/A34YAS, 402 Scott Drive Unit 3A1, Scott AFB, IL 62225-5302, or respond via e-mail address Mary.Deutschmann@scott.af.mil. The point of contact for this action is Mary Deutschmann, HQ AMC/A34YAS, (618) 229-2486, or e-mail address previously stated. All responsible sources may submit a proposal, which shall be considered by the agency.
 
Place of Performance
Address: NORTHCOM AOR TO INCLUDE ALASKA AND NEAR OFF SHORE, SOUTHCOM AOR, USAFE TO INCLUDE GREENLAND, AND PACAF
 
Record
SN00816307-W 20050528/050526212107 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.