Emergency Air and Ground Transportation 2024
ID: 75A50224R00022Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFIMMED OFFICE OF THE SECRETARY OF HEALTH AND HUMAN SERVICESDEPT OF HEALTH AND HUMAN SERVICESELKO, NV, 89801, USA

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)

Set Aside

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

    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 system for the efficient movement of medical staff, patients, and essential cargo, utilizing a range of aircraft and ground vehicles across the Continental United States (CONUS), U.S. Territories, and internationally (OCONUS), including the transport of highly infectious patients using specialized containment systems. This initiative is critical for enhancing federal response capabilities during emergencies, with the contract structured as a 100% Small Business Set-Aside and anticipated to operate on a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) basis for one base year with four optional years. Interested parties must submit proposals by October 17, 2024, and can direct inquiries to Alan Jackson at alan.jackson@hhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Health and Human Services (HHS) seeks contractors through Solicitation No. 75A50224R00022 to provide comprehensive emergency air and ground transportation services for medical and non-medical evacuees during disasters or public health emergencies. The primary aim is to ensure the efficient movement of medical staff, patients (both infectious and non-infectious), their family members, and essential cargo, utilizing various types of aircraft and ground vehicles across the Continental United States (CONUS), U.S. Territories, and internationally (OCONUS). Key tasks include transporting non-medical evacuees, supporting medical transport for both non-infectious and infectious disease patients, and handling highly infectious patients using specialized self-contained isolation units known as the “Box.” Contractors are also required to provide trained medical personnel, coordinating logistics and maintaining compliance with stringent healthcare and safety standards. The contract will operate on an Indefinite Delivery/Indefinite Quantity (IDIQ) basis, with a performance threshold that mandates a reliability rate of 95% for transport readiness within 72 hours of notification. The undertaking emphasizes compliance with federal regulations, quality care, effective incident reporting, and readiness training to enhance national public health emergency response capabilities.
    The document outlines a pricing sheet related to an RFP for emergency air and ground transportation services, detailing various aircraft types with the associated contract line items for hours of service. It lists a comprehensive range of aircraft categorized by size and function, including airliners, jets, and turboprops, all priced per hour for specified quantities. The sheet also factors in additional costs such as fringe benefits, overhead, fuel surcharges, crew expenses, passenger fees, and other operational charges, all of which contribute to the total estimated yearly value of the contract. Additionally, it provides instructions on using the pricing sheet, enabling calculations based on entered rates concerning inflation, fringe benefits, and other operational costs. The primary goal of this document is to facilitate pricing clarity and ensure that expenses are accounted for in proposals responding to federal or state/local RFPs for air and ground transport services. By organizing this information efficiently, it supports government and contracting entities in determining financial commitments for transportation services over multiple contract periods.
    The government solicitation 75A50224R00022 invites inquiries from offerors, requiring all questions to be submitted in writing via email to Alan Jackson by 12:00 PM Eastern Time on October 1, 2024. To maintain organization, questions should utilize the provided "Questions and Answers Template" found in Attachment J.3. Submissions not adhering to this format will be disregarded, and any questions posed via phone will not be accepted. The government commits to distributing answers related to substantive questions to all offerors, stressing that any exceptions to tasks or conditions must be clearly noted by the offeror. It is critical for offerors to submit their inquiries by the indicated deadline to ensure consideration. This process is standard for federal RFPs, aiming to provide clarity and fairness in the proposal process while maintaining proper documentation and communication protocols.
    The document outlines the Non-Disclosure Agreement (NDA) requirements for contractors and their employees working with the Administration for Strategic Preparedness and Response (ASPR) under Solicitation Number 75A50224R00022. It establishes protocols for handling non-public and procurement-sensitive information, mandating that contractors prepare and submit signed NDAs before employees can access sensitive government information. Key points include the duty of contractors to inform and monitor employees on identification requirements, ensuring they identify themselves as contractor employees during interactions related to ASPR work. The NDA prohibits unauthorized disclosure of non-public information, emphasizing that any procurement-sensitive insights gained must not lead to competitive advantages, thereby preventing potential conflicts of interest. Contractors are required to maintain a current list of employees who have signed NDAs and submit it to the Contracting Officer upon request. The document stresses compliance with federal laws protecting public records, highlighting its critical role in safeguarding sensitive information and maintaining transparency in government procurement processes. Overall, it underscores the importance of confidentiality and ethical conduct in federal contracting relationships, particularly regarding the handling of sensitive information.
    The document outlines a proposed task order for the Federal Emergency Support Functions (ESF-8), focusing on aeromedical and ground transportation for medical evacuees during disaster situations. Specifically, HHS seeks contractors for a mission scheduled for March 10, 2024, involving the transport of passengers from Oakland International Airport to three military bases (Miramar, Lackland, and Dobbins AFB) after disembarking from a cruise ship without prior illness indications. Each flight will require adherence to safety protocols, including the provision of Personal Protective Equipment (PPE) for passengers and crew, alongside medical personnel accompanying all flights. The contractor is responsible for providing meals and ensuring post-mission aircraft decontamination. The document emphasizes flexibility in passenger manifesting and provides details on the necessary care and transport logistics. Overall, the task order showcases the government’s proactive approach toward ensuring safe mass movement of evacuees and highlights the collaborative framework involving various federal agencies in response to potential CBRN events.
    The document outlines a task order for air transport in the event of a disaster, specifically to evacuate individuals with medical needs. The Federal Emergency Support Functions (ESFs) coordinate efforts, particularly under ESF-8 led by the Department of Health and Human Services (HHS). The National Disaster Medical System (NDMS) partners with various federal agencies to manage the movement of evacuees. This specific task requires transporting four passengers—three COVID-19 positive responders and one medical doctor—from McAllen, Texas to Philadelphia, with additional stops for medical care. The contractor is responsible for providing personal protective equipment (PPE) for pilots and must remain in PPE during the flight. The transportation is to occur on January 9, 2024, and no medical attending or medevac services are required from the vendor. The plan involves four flight legs, ensuring that all safety protocols are observed while facilitating the transfer of medically affected individuals. This effort is part of broader governmental support in emergencies and demonstrates the necessity for preparedness in medical evacuations during crises.
    The document outlines a Past Performance Questionnaire Survey for vendors involved in the "Emergency Air and Ground Transportation 2024" contract (75A50224R00022). The survey collects performance ratings based on various criteria including quality of service, cost control, timeliness of performance, business relations, and customer satisfaction. Each criterion is scored on a scale from 0 (Unsatisfactory) to 5 (Outstanding), with specific questions addressing aspects such as contract compliance, cost management, responsiveness, and overall customer satisfaction. The survey aims to evaluate vendor performance objectively, facilitating informed decisions in future government contracts. Additionally, it includes space for supplementary comments to further justify the ratings given. The structured format encourages thorough assessments from completing officials, ensuring that essential details about contract performance are captured succinctly. Ultimately, this process supports the government’s accountability and transparency in procurement practices, aligning with overarching goals for effective contract management.
    The document primarily outlines a Request for Proposal (RFP) from the Administration for Strategic Preparedness and Response (ASPR) and the National Disaster Medical System (NDMS) for Emergency Air and Ground Transportation services for 2024. The RFP seeks to establish a system for transporting medical patients, evacuees, and US Government personnel during public health emergencies and disasters, both within the Continental United States (CONUS) and overseas. The services will encompass air/aeromedical transportation, ground transport, and the movement of individuals requiring medical attention using specialized containment systems for infectious patients. This procurement is designated as a 100% Small Business Set-Aside and will utilize a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure. The anticipated period of performance is for one base year with four optional years. The RFP specifies that contractors must provide qualified personnel and compose detailed task orders, ensuring compliance with various government regulations, including monitoring performance and evaluating contractors. The document emphasizes the importance of timely proposals, fiscal accountability, and adherence to accessibility standards as mandated by federal laws. This solicitation marks a strategic initiative to bolster the federal response capabilities during emergencies through contracted transportation services.
    The document is a solicitation for commercial items issued by the US Department of Health & Human Services, specifically the Headquarters Contracting Administration for Strategic Preparedness and Response. It identifies the requisition and solicitation numbers and outlines the necessary steps for offerors, including completing specific blocks on the form. The acquisition is labeled as unrestricted, and various business classifications such as Small Business, Service-Disabled Veteran-Owned Small Business, and Women-Owned Small Business are noted. Key details include the deadline for submissions on October 17, 2024, and contact information for inquiries. The document emphasizes the submission of invoices and compliance with federal regulations, including the incorporation of specific Federal Acquisition Regulation (FAR) provisions related to the solicitation. It presents a structured format, requiring offerors to indicate their pricing, quantity, and terms while ensuring conformity with government standards. Overall, the file signifies the government’s efforts to procure necessary services or supplies in alignment with established regulations and promotes participation from small and diverse businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought for Emergency Transportation on an ADHOC or Just Needed Basis
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) - Rock Island District, is seeking qualified small businesses to provide emergency transportation services for flood fight supplies and equipment on an ad hoc basis. The procurement aims to identify logistics companies capable of mobilizing transportation within four hours and delivering essential materials such as pumps, sandbags, and barriers, primarily within the continental U.S., while adhering to strict operational protocols, including a two-hour response time for bids and compliance with adverse weather conditions. This initiative is crucial for ensuring timely resource availability to communities facing natural disasters, emphasizing the government's proactive approach to flood mitigation. Interested parties must submit their Capability and/or Product Statements via email to Allison Longeville by October 10, 2024, at 2 PM Central Time, with no reimbursement for costs incurred in response to this notice.
    Mass Evacuation Vehicle and ICU for the U.S. Department of Veterans Affairs
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for the procurement of two Mass Evacuation Vehicles equipped with Intensive Care Units (ICUs) for the C.W. Bill Young VA Medical Center in Bay Pines, Florida. The vehicles must meet specific technical specifications outlined in the attached purchase description, designed to enhance emergency evacuation capabilities while also serving non-emergency patient care needs. This procurement is critical for ensuring the medical center can effectively respond to emergencies and provide necessary patient care, adhering to federal and industry standards. Interested vendors must submit their proposals, including technical responses and pricing, by the extended deadline of October 4, 2024, at 3:00 PM EDT. For further inquiries, vendors can contact JD Dunne at joe.dunne@gsa.gov or call 404-215-6727.
    V999--Bus Transportation Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for bus transportation services to support the VA Greater Los Angeles Healthcare System, with a total award amount of $19 million. This firm-fixed-price contract is exclusively set aside for small businesses and aims to provide reliable transportation for veterans and their caregivers to medical appointments from 2025 through 2030, with options for contract extension. The contractor will be responsible for ensuring safe transport, maintaining operational efficiency, and adhering to safety regulations, while implementing a Quality Assurance Plan and managing driver qualifications. Interested vendors must submit their proposals by September 23, 2024, at 3 PM Pacific Time, and can contact Contract Specialist Danielle Carroll at danielle.carroll4@va.gov for further information.
    Sources Sought (SS) | World Trade Center Health Program | Survivor Clinical Center of Excellence
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking information from organizations interested in supporting the operationalization of a Clinical Center of Excellence (CCE) as part of the World Trade Center (WTC) Health Program. The objective is to identify potential contractors capable of providing monitoring and treatment services for eligible Survivor members affected by the September 11 terrorist attacks, with services required from July 1, 2025, to June 30, 2030. This initiative underscores the federal commitment to delivering comprehensive healthcare to 9/11 responders and survivors, emphasizing compliance, effective personnel management, and high-quality service delivery. Interested parties must submit their capability statements by October 2, 2024, and can direct inquiries to Melissa Lera at umt1@cdc.gov.
    2024 Star of Life Ambulances
    Active
    General Services Administration
    2024 Star of Life Ambulances Procurement Opportunity Overview The U.S. General Services Administration (GSA) has issued a solicitation for the 2024 Star of Life Ambulance Program. The primary objective is to procure a diverse fleet of ambulances to meet the varying demands of government agencies. Emphasis is placed on acquiring fuel-efficient, environmentally friendly vehicles with the latest safety and emission standards. GSA aims to award multiple contracts without discussions, emphasizing the submission of comprehensive initial offers. The solicitation remains open beyond the initial deadline for specific vehicle types. Scope of Work Selected vendors will be required to deliver a comprehensive fleet of ambulances adhering to strict federal specifications. The focus is on different types of ambulances, including Type I, II, and III, with varying configurations and optional extras. Manufacturers will work closely with purchasers to customize vehicles to their requirements, ensuring they are tailored to individual agency needs. This may include modifications such as specialized lighting or additional medical equipment. Eligibility Criteria Vendors interested in participating in the procurement process must submit detailed proposals showcasing their ability to meet the technical requirements and deliver vehicles within the specified timelines. Experience in manufacturing specialized emergency vehicles is considered essential. Funding and Contract Details The contract value for this procurement is estimated at over $1.5 billion. The contract type contemplated is a multiple-award Firm Fixed Price Indefinite Delivery/Indefinite Quantity agreement, with a potential duration of sixty months. Submission Process To participate, vendors must submit proposals through the FedConnect platform, ensuring a streamlined process. Key dates include the submission deadline for proposals, with particular attention to the initial deadline and any extensions. Vendors are required to attend the virtual Industry Day on June 27th, 2024, and submit their intended models by July 2nd. Access to the AutoBid system, used for pricing details, will be granted on July 22nd, with a closing date of August 21st. Evaluation Criteria GSA plans to evaluate bids based on a combination of factors, including price reasonableness, technical acceptability, and past performance. The emphasis is on delivering a modern fleet of vehicles that meet federal standards, with timely submissions being a key consideration. Contact Information For further clarification, vendors can contact the primary point of contact, April Stanch, or James Purdy, the Contracting Officer, via email or phone. Their details are provided in the solicitation document. --- This comprehensive summary outlines the key aspects of the 2024 Star of Life Ambulances procurement. The solicitation seeks to acquire a specialized fleet, emphasizing the importance of compliance with federal standards, timely submissions, and a robust procurement process.
    Emergency Response Trailers and Supplies (Amended)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through Customs and Border Protection (CBP), is seeking quotations for the procurement of five Emergency Response Trailers, with a focus on enhancing emergency response capabilities. The procurement is set aside exclusively for small businesses under NAICS code 333924, and bidders are required to comply with the Statement of Work (SOW) while submitting their quotes, a Price Proposal, and a Technical Capability Statement by September 18, 2024. The trailers will be utilized for various operational needs across multiple locations, emphasizing the importance of readiness in emergency situations. Interested vendors should note that the quote due date has been extended to September 23, 2024, and all inquiries must be directed to Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    COVID-19 PRF and UIP Close-out Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Health Resources and Services Administration (HRSA), is seeking to award a firm fixed price contract for COVID-19 Provider Relief Fund (PRF) and Uninsured Program (UIP) close-out services. The primary objective of this procurement is to finalize activities related to the UIP, ARP Rural, and PRF programs, which includes processing payment returns, supporting healthcare providers, and addressing legal and audit inquiries as these programs wind down. This contract is crucial for ensuring a smooth transition and continuity of services during the ongoing COVID-19 response, utilizing existing contractor systems to minimize operational disruptions. Interested parties may submit their capabilities to Dave Archibald at HRSA by the specified deadline, with the anticipated service commencement set for October 2024 and the contract structured for a six-month base period with two optional twelve-month extensions.
    Sources Sought Notice for Medicare Administrative Contractor (MAC) Services Medicare Part A & B Jurisdiction H
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Medicare & Medicaid Services (CMS), is seeking qualified small businesses to provide Medicare Administrative Contractor (MAC) services for Medicare Parts A and B in Jurisdiction H, which includes states such as Arkansas, Texas, and Louisiana. The procurement aims to assess the capabilities of potential contractors to deliver essential fee-for-service health insurance administration, including claims processing, provider enrollment, and customer service, in accordance with the attached Statement of Work (SOW). This opportunity is crucial for ensuring the efficient administration of Medicare services, maintaining compliance with federal regulations, and safeguarding sensitive data. Interested parties must submit their responses electronically by 11:00 AM EST on October 4, 2024, with a maximum of 10 pages, and can contact Adrienne Holsey at adrienne.holsey@cms.hhs.gov or Shawn Baer at shawn.baer@cms.hhs.gov for further information.
    FEMA Accessible Travel Trailers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the procurement of Accessible Travel Trailers under a combined synopsis/solicitation notice. The objective is to provide accessible travel trailers that comply with the Uniform Federal Accessibility Standards and the Architectural Barriers Act Accessibility Standards, specifically designed for disaster survivors, including individuals with disabilities. These trailers will serve as temporary housing solutions during emergencies, enhancing FEMA's capacity to support vulnerable populations in disaster situations. Interested contractors must submit their proposals by September 26, 2024, with a potential contract value of up to $99,932,500 over a five-year period. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Bernetta Burton at bernetta.burton@fema.dhs.gov.
    V225--Ambulance Transportation Service Ann Arbor VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for ambulance transportation services for the LTC Charles S. Kettles VA Medical Center in Ann Arbor, Michigan. The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the contractor to provide Basic and Advanced Life Support ambulance services, ensuring compliance with federal and state regulations while maintaining high standards of patient care and safety. This initiative is crucial for delivering timely medical transportation services to veterans, with a contract value estimated at $22.5 million. Interested vendors must submit their proposals by September 24, 2024, at 3:00 PM EDT, and can direct inquiries to Christopher D. Gundy at christopher.gundy@va.gov.