Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2007 FBO #1959
SOLICITATION NOTICE

V -- Air Ambulance Services

Notice Date
4/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ07T0020
 
Response Due
4/9/2007
 
Archive Date
6/8/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format contained in Federal Acquisition Regulation (FAR) Subpart 12.6. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE REQUESTED AND A WRITTEN SOLICITATION WIL L NOT BE ISSUED. Services shall be provided in accordance with the requirements outlined in this announcement. The Government intends to award a single Firm Fixed Price contract for dedicated air MEDICAL EVACUATION SERVICES at Fort Carson, Colorado. Qu otes shall reference Request for Quotes (RFQ) number W911RZ-07-T-0020. Funds are not presently available for this acqusition. No contract award will be made until appropriated funds are made available. This announcement incorporates provisions and claus es in effect through Federal Acquisition Circular 05-08. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. This requirement is Unrestricted. The NAICS code for this procurement is 481219. Period of Perform ance is from; 7 April 2007 to 6 May 2007. Quotes shall include pricing CLIN 0001 Cost per day for 30 days; The contractor shall perform dedicated MEDVAC service in accordance with the Statement of Work at Fort Carson. Pricing shall include the cost for t he aircraft, flight and medical personnel, services, equipment, tools, fuel, oils, material, supervision, any required travel costs, crew perdiem and supervision and indirect materials necessary to perform air ambulance services. This CLIN is for planning purposes, and the contractor may alter the CLIN structure in order to provide a adequate quote. STATEMENT OF WORK: The contractor shall provide dedicated air ambulance services utilizing rotary wing aircraft for urgent/priority patient evacuation of DOD patients form Butts Army Airfield (BAAF) to the appropriate level trauma facility. Air carrier must be accredited by the Commission of Accreditation of Medical Transport Systems (CAMTS). A multiple patient aircraft is preferred. Contractor shall provid e flight crew and medical personnel services, equipment, tools, fuel, oils, materials, supervision and indirect materials necessary to perform air ambulance services, including a sufficient number of ground personnel for adequate maintenance and ground ope rations along with certified flight and medical crews. The aircraft, flight crew and medical crew will stage at BAAF and be ready for departure within fifteen (15) minutes after confirmed notification of a patient evacuation requirement. This posture wil l be maintained 24/7 from 7 April 2007 to 6 May 2007. The aircrews and aircraft must be staged at BAAF to provide 24/7 coverage. The contractor shall coordinate with the Fort Carson Installation Aviation office (G3 Air) for crew rotation schedules that o ccur during training down times. This contract may be shortened or extended for four (4) days. The aircraft and flight crew shall be trained and qualified to land in remote, unimproved areas. Typical landing zones (LZ) will be uneven, rocky and dusty te rrain. The primary reference to the LZ will be the Military Grid Reference System (MGRS). The aircrew must be capable of utilizing the MGRS or converting the reference as required for navigation. COMMUNICATION REQUIREMENTS: The aircraft and/or crew mus t be capable of communication on VHF, UHF and FM frequencies. The aircrew will receive notification of a valid mission through either land line or FM radio. Communications will be maintained with the exercise control cell on FM radio. The aircrew will b e required to communicate with the personnel at the site of injury via FM radio. The aircrew shall comply with local flying procedures established for R-2601 restricted Airspace and or Pinion Canyon Maneuver Site (PCMS) by Fort Carson Aviation Standardiza tion. The contractor will flight follow with Butts Radio while flying within the boundaries of Fort Carson and PCMS. During MEDVAC missions, Fort Carson ATC a nd Fort Carson range control will facilitate clearing of the airspace to allow the most rapid response of MEDVAC aircraft. The contractor must provide the following information in real time to the Fort Carson operations center: (1) Whenever it is reasona ble to expect the aircraft or aircrew will be out of service for a period of 1 hour or more due to weather, maintenance or extenuating circumstances. (2) Aircraft lift off for a mission. (3) Time of flight to LZ. (4) Initial assessment of the patient an d anticipated trauma facility. (5) Destination, time of drop off and patient status at time of drop off. OTHER CONTRACTOR REQUIREMENTS: Air carrier must be accredited by the Commission of Accreditation of Medical Transport Systems (CAMTS). Night vision Goggle qualified crews are preferred but are not required. At the request of the Government, the contractor shall provide historical safety records, mishap reports and documentation demonstrating the contractor has established a formalized training progr am. ENVIRONMENTAL CONSIDERATIONS: Aircraft and aircrews provided under this contract shall possess the capability to meet the following standards: Cloud Ceiling: Shall include a day time minimum operating ceiling of 800 feet, and a night time minimum op erating ceiling of 1,000 feet. Visibility: Two miles day time and three miles night time. Maximum Wind Speeds: Up to and including 40 knots. TRAINING REQUIREMENTS: Contractor aircrews must receive the required aircrew briefs from Fort Carson installat ion standards or SMC G3 Air and conduct the required local area orientations with aircrews prior to providing services. WORK CONDITIONS: The Government will provide the contractor with an improved facility for the purposes of crew rest and flight plannin g. Contractor employees shall be self-sustaining while on site, e.g. wear appropriate clothing for inclement weather and provide items for personal comfort. SAFETY AND MEDICAL CARE: Contractor employees who require emergency medical treatment while supp orting a training event will be treated at a Military Treatment Facility. Following the initial emergency care, the Government is not responsible for any continued or follow up care. GOVERNMENT FURNISHED PROPERTY: The Government will furnish or make ava ilable to the contractor the following materials, equipment and facilities. The contractor will be responsible for loss or damage to Government equipment caused by the contractor. All equipment issued will be turned in at the end of the performance perio d, or in accordance with guidance provided by the Government representative. (1) Latrine facilities. (2) Rest Facilities (i.e. Cot, Bunk). (3) Crew Ready Room: Will include FM communication network for the e training exercise, telephone and access to c omputers with internet access. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil . FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-2 Evaluation-Commercial Items (a.?Price and availability, in order of importance); 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplem ent. The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement a nd offerors shall include a completed copy of the Representations and Certifications with their proposal. The following FAR Clauses are applicable to this acquisition: 52.212 -4 Contract Terms and Conditions-Commercial Items; The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Sept 2005) applies to this acquisition. Under parag raph b, the following clauses are incorporated: 52.222-3, Convict Labor (June 2003) (E.O. 11246), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332); 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq); 52.222-42, Statement of Equivalent Rates for Federal Hires (May1989) (29 U.S.C 206 and 41 U.S.C 351, et seq); 52.237-2 Protection of Gove rnment Buildings, Equipment and Vegetation (APR 1984); 52.222-44, Fair Labor Standards Act and Service Contract Act- Price Adjustment, Addendum to 52.212-5: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class and Monetar y Wage-Fringe Benefits GS Series GS-0640-09 Emergency Medical Technician $14.87 per hour (including fringe benefits); VN-0610-02/03 Registered Nurse $23.57 per hour (including Fringe Benefits); GS-2181-12/13 Piolet $38.06 (including Fringe Benefits). FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.249-2, Termination for Convenience of the Government (Fixed-Price) (May 2004), FAR 52.249-4, Termination for Convenience of the Government (Services) (Short Form). (Apr 1984).; Additionally, 252.212-700 1 (Dev), Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 52.203-3, Gratuities (Apr 1984), 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterpr ises, and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DOD appropriations acts), 252.232-7003, Electronic Submission of Payment Requests (Jan 2004) (10 U.S.C 2227), 252.243-7002 , Requests for Equitable Adjustment (Mar 1998) (10 U.S.C 2410). Proposals shall be received at ACA, NR Directorate of Contracting, 1676 Evans Street, Bldg 1220, Fort Carson, CO 80913 ATTN: Jessica Janicek, Contract Specialist, at jessica.janicek@us.army.m il, fax 719-526-5333 not later than 4:00 p.m. MT, 9 April 2007. QUOTES SHALL INCLUDE: One original cover letter signed by an individual authorized to bind the organization and two additional copies, completed Representations and Certifications (or indicat ion that Online Representation and Certifications have been completed, and three signed copies of acknowledgement of any amendments that may be issued. Offerors who do not comply with all requirements of this synopsis/solicitation may be eliminated from c ompetition. Any amendments that may be issued will be published in FedBizOpps.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01268194-W 20070408/070406225506 (fbodaily.com)
 
Source
FedBizOpps 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.