Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

V -- Ground Ambulance Services, Lewiston, ID, and Clarkston, WA Blanket Purchase Agreement with the City of Lewiston, Only Known Source

Notice Date
2/24/2009
 
Notice Type
Presolicitation
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Department of Veterans Affairs, Walla Walla VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Contracting Officer (620);Jonathan M. Wainwright Memorial VAMC;77 Wainwright Drive;Walla Walla WA 99362-3994
 
ZIP Code
99362-3994
 
Solicitation Number
VA-260-09-RQ-0241
 
Response Due
3/20/2009
 
Archive Date
4/19/2009
 
Point of Contact
Charlene Duncan, Contracting Officercharlene.duncan@va.gov<br />
 
Small Business Set-Aside
N/A
 
Description
The Jonathan M. Wainwright Memorial VA Medical Center (hereinafter known as the VAMC) intends to establish a blanket purchase agreement with the City of Lewiston, Idaho, for ground ambulance services for Advance Life Support (ALS) and Basic Life Support (BLS) transport for the beneficiaries of the VAMC, Community-Based Outpatient Clinic (CBOC), Lewiston, Idaho. In accordance with FAR 13.501(a)(2) a determination of only one source reasonably available is included in this notice. Services shall be provided 24 hours per day, 7 days per week. The services required are for the general Lewiston, Idaho, and Clarkston, Washington, area. The vehicles, personnel and services rendered will conform to all federal, state and local statues, rules and regulations; promulgated by the states of Idaho and Washington. The Contractor must be licensed as both an advanced and basic life support ambulance service by the states of Idaho and Washington to provide Emergency Medical Services. The Contractor must maintain licensure/certification with the states of Idaho and Washington, throughout the life of the agreement. License/certification lapses or expiration are grounds for termination of the agreement or discontinuance of further ordering from the Contractor. The Contractor shall perform required services in accordance with the standards of the Commission on Accreditation of Ambulance Services, established principles and ethics of the medical profession established by the American Medical Association (AMA) and American College of Emergency Physicians (ACEP). The VAMC and the Contractor are required to comply with all of the provisions of the Privacy Act of 1974, the Health Insurance Portability and Accountability Act (HIPAA) of 1996, as well as all applicable VHA regulations, which are obtainable at http://www.hipaa.org/ and http://www1.va.gov/vhapublications/. The Contractor shall ensure that all personnel performing services required under this agreement are properly licensed and fully trained in the use of the vehicle and equipment that will be used in the carrying out services performed under this agreement. Throughout the effective period of this agreement, the Contractor shall possess insurance coverage in the minimum amounts to satisfy VAAR clause 852.237-71, Indemnification and Insurance, or states of Idaho and Washington requirements, whichever are higher. Any lapse in required coverage could result in discontinuance of further ordering. Prior to the start of performance the Contractor must submit to the Contracting Officer their certificate of insurance coverage evidencing required levels. JUSTIFICAITON. DEPARTMENT OF VETERANS AFFAIRS Justification and Approval for Other Than Full and Open Competition. 1. Contracting Organization: Department of Veterans Affairs, VISN 20, Jonathan M. Wainwright Memorial Veterans Affairs Medical Center. 2. Description of Action: This is a justification for other than full and open competition for the establishment of a Blanket Purchase Agreement for the procurement of ground ambulance services in the vicinity of Lewiston, Idaho, and Clarkston, Washington, with the City of Lewiston. 3. Description of Supplies or Services: The VA is in need of providing eligible beneficiaries with medical transport between the Lewiston Community-Based Outpatient Clinic (CBOC) and other locations within the general vicinity of Lewiston and Clarkston. Both Basic Life Support and Advanced Life Support care must be provided. The provider and personnel must be licensed and qualified in accordance with the requirements of both Idaho and Washington to provide the service. The provider and personnel are required to comply with all HIPAA requirements and the standards promulgated by the Commission on Accreditation of Ambulance Services. 4. Statutory Authority: 41 U.S.C. 253 (c) (1) as implemented by and 13.501(a)(2). 5. Validity of Use of Statutory Authority: There are private providers of ambulance services available in some geographic regions; however, there are none that have an office local to Lewiston, Idaho, or Clarkston, Washington, challenging efficiency, cost and response time. 6. Actions to Promote Competition: A notice of intent to establish a Blanket Purchase Agreement (BPA) with the City of Lewiston will be posted to FedBizOpps. A BPA can be established with any qualified service provider willing and able to provide services in the vicinity of Lewiston and Clarkston. 7. Determination of Fair and Reasonable Price: The anticipated price to the Government over five years is $300,000. This figure is based on historical data of payments made at the Medicare rate for these services in this area. 8. Market Survey (FAR 7.102): The Contracting Officer has discussed the possibility of expanding services to more rural areas with private ambulance providers. 9. Other Considerations: Not applicable. 10. List of Sources: City of Lewiston, Idaho. 11. Statement of Actions to Remove Barriers to Competition: The only barrier to competition in the rural areas of the USA is lack of demand. Based on the nature of the service, the only way to increase demand in rural USA is to re-distribute the population. Justification document was certified, reviewed and approved as required. To obtain a copy, contact the Contracting Officer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=126d68a5f4cd456f8f35583acea9224e&tab=core&_cview=1)
 
Record
SN01755389-W 20090226/090224215619-126d68a5f4cd456f8f35583acea9224e (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.