Back to tenders & grants page
V225--Tomah VA Medical Center Non-Emergent Ambulance Services
Receive Tenders like this by email

V225--Tomah VA Medical Center Non-Emergent Ambulance Services

V225--Tomah VA Medical Center Non-Emergent Ambulance Services has been closed on 17 Mar 2021. It no longer accepts any bids. For further information, you can contact the VETERANS AFFAIRS, DEPARTMENT OF.VETERANS AFFAIRS, DEPARTMENT OF.252-NETWORK CONTRACT OFFICE 12 (36C252)

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

VETERANS AFFAIRS, DEPARTMENT OF.VETERANS AFFAIRS, DEPARTMENT OF.252-NETWORK CONTRACT OFFICE 12 (36C252)

Industry:

Pharmaceutical & Medical

Status:

Closed

Timeline

Published:

02 Mar 2021

Deadline:

17 Mar 2021

Value:

Not available

Contacts

Name:

Brandon Harris

Phone:

EMAIL RESPONSE

Description

https://sam.gov/opp/5a3afe7f6573464f8719826004a9073f/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1
The Department of Veterans Affairs is issuing this sources sought synopsis as a means of conducting market research to identify firms having an interest in and the resources to support a requirement for non-emergent ambulance transportation services for the Tomah VA Medical Center (hereafter VAMC) located at 500 E. Veterans St., Tomah, WI and its associated Community-Based Outpatient Clinics (CBOCs): Clark County Outpatient Clinic La Crosse VA Clinic 8 Johnson St. 4000 State Road 16 Owen, WI 54660 Valley View Mall Annex La Crosse, WI 54601 Wausau Outpatient Clinic Wisconsin Rapids Outpatient Clinic 515 S. 32nd Ave. 700 Hale St. Wausau, WI 54401 Wisconsin Rapids, WI 54495 The result of this market research may contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 621910 Ambulance Services. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Tentative requirements: The contractor is to provide non-emergent ambulance services for veteran patients for VAMC. Services required include Basic Life Support (BLS) and Advanced Life Support (ALS). The place of performance is variable; ambulance services may be required at VAMC and surrounding areas in Wisconsin and eastern Minnesota, with transportation requirements occasionally extending to other VA and non-VA facility locations in Wisconsin, Michigan, Minnesota, Iowa, and Illinois. A map indicating the most common locations for pick-up and drop-off is attached. The contactor shall make these ambulance services available to the VA as needed, 24 hours a day, seven days a week (24/7), including weekends and holidays. Estimated annual mileage may exceed 11,000 miles: Service Type Est. Annual Quantity BLS Non-emergency trips 156 BLS loaded mileage 4,755 ALS Non-emergency trips 192 ALS loaded mileage 6,305 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, vehicle fleet size, and 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 provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Based on the responses to this synopsis and other market research, this requirement may be set-aside for veteran-owned small businesses (SDVOSBs or VOSBs), small businesses or procured through full and open competition. Limitations on Subcontracting 13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states: (a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVOSB contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Before any large or small business can be awarded a federal contract, a contracting officer (CO) must affirmatively determine that the firm is responsible to perform the specific contract it is otherwise in line to receive. If an apparent small business successful offeror is denied a contract award because it lacks certain elements of responsibility, the CO will refer the matter to the Small Business Administration. Once a CO s referral is received by the SBA s area office, the SBA will then inform the small business of the CO s determination and offer it the opportunity to apply to the SBA for a Certificate of Competency by a specific date. Burden of proof is on the small business to demonstrate that it meets specific COC eligibility criteria. After award, if a CO or other VA officials determine a review of limitations on subcontracting compliance is warranted based upon reasonable information of possible noncompliance, a request for review will be submitted to VA s Subcontracting Compliance Review Program. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 10:00 AM local time on March 17, 2021. All responses under this Sources Sought Notice must be emailed to [email protected]. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more