V225--36C24424Q0823 COATESVILLE VA ALS/BLS/WC Transportation Service
ID: 36C24424Q0823Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Ambulance Services (621910)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: AMBULANCE (V225)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for ALS/BLS/WC ambulance transportation services at the Coatesville Veterans Affairs Medical Center in Pennsylvania. This procurement involves a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, commencing on November 24, 2024, and concluding on November 23, 2029, aimed at providing essential medical transport services for veterans. The selected contractor will be responsible for delivering high-quality, reliable transportation services, including advanced life support and wheelchair transport, while adhering to federal, state, and local regulations. Interested vendors must submit their proposals electronically, ensuring compliance with the System for Award Management (SAM) registration, with a focus on price, technical capability, and past performance. For further inquiries, contact Cynthia Laemmerhirt at cynthia.laemmerhirt@va.gov or Kevin Lake at Kevin.Lake1@va.gov.

    Point(s) of Contact
    Cynthia LaemmerhirtContract Specialist
    Kevin Lake
    Kevin.Lake1@va.gov
    cynthia.laemmerhirt@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) 36C24424Q0823 from the Department of Veterans Affairs for ALS/BLS/WC ambulance transportation services at the Coatesville VA Medical Center in Pennsylvania. This combined synopsis/solicitation seeks proposals for a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a five-year period, running from November 24, 2024, to November 23, 2029. The NAICS code is 621910, and it is designated as a small business set-aside, with an annual size standard of $22.5 million. Interested vendors must register with the System for Award Management (SAM) prior to the award. The document references multiple attachments, including performance work statements and pricing schedules. Questions and quotes are to be sent to designated contacts, Cynthia Laemmerhirt and Kevin Lake, via email. The announcement emphasizes compliance with federal acquisition regulations and guidelines necessary for the contract's execution. The solicitation is indicative of the government's intent to procure essential medical transport services efficiently and effectively while ensuring thorough vendor qualification and regulatory adherence.
    The document outlines a Request for Quote (RFQ) issued by the Department of Veterans Affairs for WC/ALS/BLS Ambulance Transportation Services at the Coatesville Veterans Affairs Medical Center in Pennsylvania. It specifies a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract beginning November 24, 2024. The solicitation is structured as a small business set-aside and requires compliance with various regulations and guidelines, including registration with the System for Award Management (SAM). Proposals must be submitted electronically in four volumes covering an introductory statement, pricing schedule, technical capability, and past performance references, emphasizing the importance of organization and completeness in submissions. Each proposal must address specific technical requirements related to service response, patient tracking, communication systems, and quality control, along with required documentation such as insurance and certification copies. Evaluation will focus on price, technical capability, and past performance, emphasizing a comparative evaluation to select the most advantageous quote for the government. The document is part of broader efforts aimed at improving veterans' access to essential healthcare services through competitive procurement practices.
    The Performance Work Statement (PWS) outlines the requirements for contracted ground ambulance services at the Coatesville VA Medical Center (CVAMC) and its associated clinics. This service is essential for providing non-emergency transportation for veterans, which includes Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), Wheelchair Transport, and Critical Care Transport (CCT). The contractor must ensure compliance with all federal, state, and local regulations while being prepared to operate 24/7. Key responsibilities of the contractor include maintaining well-equipped vehicles, hiring qualified personnel, and guaranteeing patient safety during transport. They must also handle incident reporting and complaints promptly and meet specific performance and quality standards through a Quality Assurance Surveillance Plan (QASP). Additionally, the PWS emphasizes the transport of patients and their belongings securely, utilizing a VetRide or VA-Approved Transportation Software for trip requests, invoicing, and tracking service performance. The document establishes a structured payment system, outlining allowable charges and conditions for service reimbursement, including dry runs and wait times. The overarching goal is to provide high-quality, reliable ambulance services to facilitate veterans' access to necessary medical care.
    This Quality Assurance Surveillance Plan (QASP) establishes a systematic framework for evaluating the performance of a contractor providing ambulance, basic life support, and wheelchair van transportation for eligible Veterans at the Coatesville VA Medical Center in Pennsylvania. Key components include performance monitoring methods, documentation processes, and the roles and responsibilities of government personnel, including the Contracting Officer and Program Point of Contact. The contractor is accountable for meeting all contract terms and quality standards, with performance evaluated through daily observations, periodic inspections, and customer feedback. Performance ratings range from "Exceptional" to "Unsatisfactory," guiding past performance assessments. The plan is a living document subject to periodic review and modification, ensuring a collaborative approach between the government and the contractor for effective service delivery. A structured incident reporting process is outlined to manage and rectify any performance discrepancies. Overall, the QASP underscores the commitment of the U.S. Department of Veterans Affairs to maintain high-quality transportation services for Veterans while ensuring accountability and transparency in contractor performance.
    The document outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract for ambulance services awarded for a five-year period, from November 24, 2024, to November 23, 2029. The minimum order amount is set at $5,000 with a maximum of $2,500,000. The contract allows the government to issue 12-month unilateral firm-fixed task orders which will be reviewed semi-annually to accommodate fluctuations in trip averages. The pricing is structured across 12 Contract Line Item Numbers (CLINs) that cover a range of services including Advanced Life Support (ALS), Basic Life Support (BLS), wheelchair transport, and associated wait times and mileage. Each CLIN is designed to provide a specified quantity and unit of service, reflecting both in-area and out-of-area transport costs. The primary focus is on the provision of ambulance services under the principal NAICS code of 621910. Overall, this IDIQ contract aims to ensure that the necessary transportation services are reliably available to meet anticipated healthcare requirements while being adaptable to changes in service demand over the contract’s duration. The structure aims to balance fiscal responsibility with the ability to meet varied medical transport needs in a timely manner.
    The Past/Present Performance Questionnaire, part of Solicitation Number 36C24424Q0823 for the Coatesville VAMC, is a vital tool for evaluating a contractor’s performance on federal projects. It requires evaluators to provide detailed assessments in three key areas: Quality of Services, Timeliness of Performance, and Business Relations, using a standardized adjectival rating system ranging from "Excellent" to "Unsatisfactory." Evaluators must describe the contractor's strengths and weaknesses, their willingness to address issues, and whether they would choose the contractor again. The form also allows for additional comments to enhance the evaluation. The completed questionnaire should be sent to the provided contact before the solicitation closing date, reflecting the government's focus on accountability and performance metrics in securing quality services for public projects. Overall, it serves to ensure transparency and reliability in government contracting practices.
    The document, issued by the U.S. Department of Labor's Wage and Hour Division, provides the latest Wage Determination No. 2015-4233 for Pennsylvania, under the Service Contract Act. It outlines minimum wage requirements and occupational wage rates for contractors operating within specific counties, effective for contracts awarded or renewed after January 30, 2022. Specifically, contractors must pay covered workers at least $17.20 per hour per Executive Order 14026, or $12.90 per hour under Executive Order 13658, depending on the contract date. The file lists various job titles and their respective hourly wage rates, including administrative, health, automotive, and technical positions, along with fringe benefits. It further emphasizes compliance with federal wage laws, noting exemptions for certain occupations, and details the process for requesting wage rate adjustments for unlisted jobs. The document aims to ensure fair compensation and benefits for workers engaged in federal contracts, thus supporting labor standards in government contracting, crucial for RFPs and grants at all levels.
    The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines the minimum wage rates for various occupations applicable to contracts subject to the Act, specifically in Pennsylvania counties including Bucks, Chester, and Montgomery. Contractors must comply with at least the minimum wage outlined in Executive Orders 14026 and 13658, which is $17.20 and $12.90 per hour respectively, depending on contract dates. The report details wages for numerous job classifications, including governmental and clerical roles, automotive service, healthcare occupations, and technical fields. Key points include mandatory fringe benefits, such as health and welfare payments, vacation, sick leave, and holiday entitlements. The document also elucidates specific payment differentials, job classifications, and the conformance process for additional roles not listed. It emphasizes worker rights regarding paid sick leave as established in Executive Order 13706. The document serves as vital guidance for RFPs and federal grants, ensuring that contracts comply with labor standards and fair wages while detailing essential compliance requirements for contractors engaging with federal agencies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    V226--TRANSPORTATION SERVICE Wheelchair/Common Carrier
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for assisted patient wheelchair van and taxi transportation services for eligible beneficiaries of the Battle Creek VA Medical Center. The contract, which spans from November 1, 2024, to October 31, 2025, with a potential option for an additional year, requires the contractor to provide all necessary personnel, equipment, and services while ensuring compliance with federal and state regulations. This service is crucial for facilitating safe and timely transportation of veterans to medical facilities across several Michigan counties, utilizing wheelchair-accessible vehicles and adhering to strict security protocols. Interested contractors should note that the maximum contract value is capped at $600,000, and inquiries can be directed to Contract Specialist Tracy L Granger at Tracy.Granger@va.gov.
    V212--Non-Emergent Patient Transportation Contract Detroit VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for a Non-Emergent Patient Transportation Contract for the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement aims to secure wheelchair van and taxi transportation services for veterans, ensuring timely and safe transport to medical appointments across various facilities. This contract, structured as a three-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement, is crucial for enhancing veterans' access to healthcare services while adhering to federal standards for quality and safety. Interested parties should contact Christopher D. Gundy at christopher.gundy@va.gov or Morgan Stein at morgan.stein@va.gov, with the contract expected to commence on January 1, 2025.
    Emergency Air and Ground Transportation 2024
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking contractors to provide comprehensive emergency air and ground transportation services for medical and non-medical evacuees during public health emergencies and disasters in 2024. The procurement aims to establish a reliable system for transporting medical patients, evacuees, and U.S. Government personnel, utilizing a range of aircraft and ground vehicles across the Continental United States (CONUS), U.S. Territories, and internationally (OCONUS), with a particular focus on handling highly infectious patients using specialized containment systems. This opportunity is designated as a 100% Small Business Set-Aside and will utilize a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure, with a performance threshold requiring a 95% reliability rate for transport readiness within 72 hours of notification. Interested parties must submit proposals by October 17, 2024, and can direct inquiries to Alan Jackson at alan.jackson@hhs.gov.
    Q301--VISN 04 Reference Laboratory Testing Services (9 Facilites)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Reference Laboratory Testing Services across nine facilities within the Veterans Integrated Service Network (VISN) 04. The procurement aims to establish a Fixed-Priced Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $41.5 million, to enhance laboratory testing capabilities for veterans from June 1, 2024, to May 31, 2029. This initiative is crucial for ensuring timely and accurate diagnostic services, which are essential for the health management of veterans. Interested parties must submit their proposals by April 25, 2024, and direct any inquiries to Amanda Saunders at amanda.saunders@va.gov or (412) 822-3731.
    R602--Pharmacy Courier Services for VA Illiana Health Care System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide pharmacy courier services for the VA Illiana Health Care System, specifically for transporting IV compounded medications between the Carle Cancer Center in Urbana, IL, and the VAIHCS Inpatient Pharmacy in Danville, IL. The service requires a dedicated driver and vehicle to ensure secure and timely delivery of medications within a specified timeframe, utilizing a lockable container for transport. This initiative is crucial for maintaining the integrity and availability of medications for veterans' healthcare needs. Interested parties must submit their capability statements by 10:00 AM Local Time (Central) on October 8, 2024, to Robert Ruska at Robert.Ruska@va.gov, as this notice serves as a market research tool and does not constitute a formal request for proposals.
    V112--580-25-3-279-0001 CBOC Courier
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 16, is seeking qualified vendors to provide courier services for the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement involves the transportation of items between the VA Medical Center and eleven Community-Based Outpatient Clinics (CBOCs), with a focus on maintaining confidentiality and safety protocols, particularly for bio-hazard materials. This service is critical for ensuring efficient operations within the VA healthcare system, with a contract period proposed from April 1, 2025, to March 31, 2030, and a response deadline for interested parties set for October 15, 2024. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their business information and capability statements to Contract Specialist Andrew Misfeldt at andrew.misfeldt@va.gov.
    6515--520-DME Long term contract (VA-24-00100687)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Durable/Home Medical Equipment and Accessories (DME/HME) services under the 520-DME Long Term Contract (VA-24-00100687). The procurement aims to identify companies capable of delivering, setting up, maintaining, and managing inventory for VA-owned DME/HME, ensuring compliance with Joint Commission standards and enhancing the quality of care for eligible Veterans and their caregivers. This initiative is critical for ensuring timely access to medical equipment and education on its use, while adhering to health and safety regulations. Interested vendors must submit their qualifications, including company details and socioeconomic status, by 2:00 PM Central on October 21, 2024, via email to Contracting Officer Kevin D Pollard at kevin.pollard2@va.gov. The contract will be firm-fixed priced and is subject to funding availability.
    Air Medical Transport Ambulance Services (AMTAS) for Fort Hunter Liggett (FHL), CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Air Medical Transport Ambulance Services (AMTAS) at Fort Hunter Liggett (FHL), California. The procurement aims to provide essential ambulance services, which are critical for the timely transport of patients in medical emergencies, ensuring the health and safety of military personnel. Interested offerors are advised to review the updated Request for Proposal (RFP) thoroughly, as it includes important revisions and clarifications regarding submission instructions and evaluation criteria. For further inquiries, potential bidders can contact Delbert Spriggs at delbert.d.spriggs2.civ@health.mil or Deric Harris at deric.k.harris.civ@health.mil.
    Accreditation Readiness Reviews
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Integrated Services Network (VISN) 4, is seeking proposals for Accreditation Readiness Reviews (ARR) to ensure compliance with The Joint Commission standards across its nine VA Medical Centers. The contractor will be responsible for conducting both Clinical and Safety ARR, focusing on patient safety goals and compliance with environmental care and emergency management standards. This procurement is critical for maintaining high-quality healthcare services for veterans and is structured as a five-year, fixed-price contract, with services commencing on November 1, 2024, and concluding on October 30, 2029. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotations by October 7, 2024, and can contact Ashley Zeccardo at ashley.zeccardo@va.gov for further information.
    Laundry and Linen Services | Erie VA Medical Center | AMENDED
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for laundry and linen services at the Erie VA Medical Center. The contractor will be responsible for providing comprehensive laundry services, including management, labor, supplies, and equipment, while ensuring compliance with industry standards and maintaining sanitary conditions. This contract, valued at approximately $47 million, is crucial for supporting the healthcare services provided at the facility. Interested vendors must submit their price quotes by 1:00 PM ET on October 10, 2024, and direct any inquiries to Contracting Officer Stephanie McFadden at stephanie.mcfadden@va.gov.