Back to tenders & grants page
Basic Life Support (BLS) Emergency Medical Service (EMS) Stand-by, Response and Patient Transport Services Pharmaceutical & Medical Basic Life Support (BLS) Emergency Medical Service (EMS) Stand-by, Response and Patient Transport Services
Receive Tenders like this by email

Basic Life Support (BLS) Emergency Medical Service (EMS) Stand-by, Response and Patient Transport Services

Basic Life Support (BLS) Emergency Medical Service (EMS) Stand-by, Response and Patient Transport Services has been closed on 03 Mar 2022. It no longer accepts any bids. For further information, you can contact the

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

Not available

Industry:

Pharmaceutical & Medical

Status:

Closed

Timeline

Published:

17 Feb 2022

Deadline:

03 Mar 2022

Value:

Not available

Contacts

Name:

Jeffrey M. Moyer

Description

https://sam.gov/opp/92520f8e084a4d03984cb60722201069/view

SOURCES SOUGHT NOTICE

INTRODUCTION

The Army Contracting Command, APG, Tobyhanna Division, Tobyhanna, PA 18466, is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Basic Life Support (BLS) Emergency Medical Service (EMS) stand-by, response and patient transport services. The intention is to procure these services on a competitive basis. This notice of intent is not a request for competitive proposals. 

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

PLACE OF PERFORMANCE

Location: 100% On-site Government - Tobyhanna Army Depot, Tobyhanna, PA 18466

DISCLAIMER

“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”

REQUIRED CAPABILITIES

The Contractor shall provide Basic Life Support (BLS) Emergency Medical Service (EMS) stand-by, response and patient transport services in support of the areas specified in the draft Performance Work Statement (PWS) attached to this announcement (Atch 1).

If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.

SPECIAL REQUIREMENTS:

  • Service Contract Act

ELIGIBILITY

The applicable NAICS code for this requirement is 621910 with a Small Business Size Standard of $16.5 million. The Product Service Code is Q999. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

The following documents are attached: 

  1. Draft PWS (Atch 1)
  2. NFPA 1710 (Atch 2)
  3. MFR Smoking Policy (Atch 3)
  4. TYAD 380-4 (Atch 4)
  5. MFR Electronic Devices (Atch 5)
  6. Quality Assurance Surveillance Plan (QASP) (Atch 6)

The documents above may be updated, revised or changed throughout the Solicitation period.

Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 3:00 PM, EST, 03 March 2022. All responses under this Sources Sought Notice must be e-mailed to the contact identified below.

This documentation must address at a minimum the following items:

1.) What type of work has your company performed in the past in support of the same or similar requirement?

2.) Can or has your company managed a task of this nature? If so, please provide details.

3.) Can or has your company managed a team of subcontractors before? If so, provide details.

4.) What specific technical skills does your company possess which ensure capability to perform the tasks?

5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.

6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.

7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.

The estimated period of performance consists of one (1) Base Year of 12 months and four (4) 12-month option years, if exercised by the Government, with performance estimated to commence in October 2022.

The contract type is anticipated to be firm fixed-price. The Solicitation will be in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13.5, "Simplified Procedures for Certain Commercial Items" and therefore will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1.

The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.

Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.

Your response to this Sources Sought Notice, including your capabilities statement, shall be electronically submitted via email in either Microsoft Word or Portable Document Format (PDF) to Jeffrey Moyer,  [email protected].

All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

All responses must be submitted to the contact identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice. All information contained within this Sources Sought Notice is subject to change.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more