DOCUMENT
V -- Non Emergent Patient Transportation to include ambulatory and wheelchair/scooter service. - Attachment
- Notice Date
- 8/4/2011
- Notice Type
- Attachment
- NAICS
- 485991
— Special Needs Transportation
- Contracting Office
- Department of Veterans Affairs;Network Contract Activity;John D. Dingell Medical Center;4646 John R. Street;Detroit MI 48201
- ZIP Code
- 48201
- Solicitation Number
- VA25111RI0336
- Response Due
- 8/15/2011
- Archive Date
- 9/14/2011
- Point of Contact
- Barbara Wilkinson
- E-Mail Address
-
6-3737<br
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice. This is NOT a pre-solicitation notice pursuant to FAR Part 5. The Department of Veterans Affairs, John D. Dingell Medical Center, 4646 John R. Street, Detroit, Michigan (VAMC) is seeking to identify sources that can provide non-emergent patient transportation, both ambulatory, wheelchair and scooter services for the John D. Dingell Medical Center, Detroit, Michigan. Estimated trips and mileage are as follows: SAMPLE OF SCHEDULE OF SUPPLIES/SERVICES October 1, 2011 - September 30, 2012 The following are the monthly estimated quantities WHEELCHAIR/SCOOTER SERVICE RATES FOR THE HOURS OF: 6:01 A.M. - 6:00 P.M. 1. Base Rate 20 mile radius of the VAMC Detroit 11,245 Trips Per month 2. Mileage outside the 20 mile radius of the VAMC Detroit345,000 Miles per month WHEELCHAIR/SCOOTER SERVICE RATES FOR AFTER HOURS 6:01 P.M. - 6:00 A.M. 3. Base Rate within 20 mile radius of the VAMC Detroit2,422 Trips per month 4. Mileage outside the 20 mile radius of the VAMC Detroit234,802 Miles per month AMBULATORY SERVICE RATES FOR THE HOURS OF: 6:01 A.M. - 6:00 P.M. 5. Base Rate within 20 mile radius of the VAMC Detroit7,940 Trips per month 6. Mileage outside the 20 mile radius of the VAMC Detroit353,080 Miles per month AMBULATORY SERVICE RATES FOR AFTER HOURS: 6:01 P.M. - 6:00 A.M. 7. Base Rate within 20 mile radius of the VAMC Detroit2,385 Trips per month 8. Mileage outside the 20 mile radius of the VAMC Detroit205,360 Miles per month 9. Waiting Time for ambulatory, wheelchair/scooter 400 hours per month Any future Information for Bid (IFB) or Request for Proposal (RFP) associated with this sources sought notice would require that the contractor provide everything necessary to provide transportation services, including but not limited to, The Contractor shall provide all materials, labor, and equipment for wheelchair, scooters and non-emergency ambulatory patient transportation for the Department of Veterans Affairs Medical Center, Detroit, Michigan. The contract term shall be an estimated 12 months from October 1, 2011 through September 30, 2012. The contractor shall comply with all applicable Federal Government and VA travel regulations. Patients will be transported to and from the Detroit VA Medical Center and the CBOC's located in Pontiac and Yale, Michigan. This contract also includes transportation of patients to and from Chicago, Illinois; Cleveland, Ohio; Iron Mountain, Michigan; and Milwaukee, Wisconsin. For purposes of this contract, normal business hours are between 6:01 am to 6:00 pm. After hours begins at 6:01 pm and ends at 6:00 am. The billing rate will be determined by the appointment time. (For example, if an appointment is at 5:30am and the patient must be picked up at 4:30pm the applicable billing rate will be the rate for normal business hours.) The estimated quantities are for one way trips. 1.VEHICLE REQUIREMENTS (a)The vehicles and equipment with which the Contractor renders the above services shall meet all State of Michigan requirements for insurance, registration, and equipment. In addition: (1)Contractor shall only use vehicles that have emergency communication equipment which shall be isolated from the engine battery. Cellular phones and two-way radios are acceptable communication equipment. Such communication equipment shall be furnished by the contractor. Drivers shall not use cell phones for personal use while transporting VA patients. (2)Contractor shall only use vehicles that have a United States Department of Transportation approved system for wheelchair securement devices and a tool designed for cutting securement straps in case of emergency. Contractor shall only use vehicles that meet the United State Department of Transportation safety requirements for seat belts, tie downs and handling of motorized or electric wheelchair. Contractor shall use vehicles that have a shoulder/chest harness for double amputee patients when applicable. (3)Contractor shall provide high top vehicles with interior of sufficient height to ensure that an individual of 6 feet in height has adequate head clearance. The majority of the patients are in wheelchairs and regular van ceilings will not accommodate the needs of these patients. (4)Contractor shall only use Vehicles that are three years old or less. (5)The contractor shall only use vehicles equipped with child safety locks. (6)Contractor shall only use vehicles with Global Positioning System (GPS) with a tracking device. (7)Contractor shall only use vehicles equipped with a minimum five passenger capacity. (8)Contractor shall only use vehicles with wheelchair lift and scooter transport capability. The ramp or lift shall have a slip-proof surface. The use of vehicles with wheelchair lift systems or vehicle retrofit must comply with DOT 49 CFR 571.404, Platform Lift Installations in Motor Vehicles. (9)Contractor shall only use vehicles with basic first aid kits. Furthermore, all items such as first aid kits, flashlights, warning triangles, ice scrapers, blankets, etc. shall be secured and stored below the level of seat backs. (10)Vehicles shall be equipped with dry chemical fire extinguishers which shall be securely mounted in a bracket and readily accessible to the driver in an emergency. Extinguishers shall be serviced annually and bear a tag indicating date of service. Fire extinguishers shall be inspected and maintained in accordance with National Fire Protection Association (NFPA) Standard 10 and secured to the vehicle body. (11)Contractor shall only use vehicles equipped with cardiopulmonary resuscitation equipment. Furthermore, Contractor shall only use vehicles equipped with the ability to secure oxygen tanks. (12)Vehicles shall be handicapped accessible and meet all applicable Federal and State Motor Vehicle Safety Standards. (13)Under no circumstance shall patient comfort be compromised. The vehicles must be equipped with heat and air conditioning of sufficient capacity to insure the comfort of the patient. (b)Within 30 calendar days of award, the contractor shall submit to the contracting officer a list of all vehicles that will be used in performing transportation services under this contract and copies of the individual maintenance file for each vehicle on the list (See paragraph (3)(f) below). The list of vehicles is to include the make, model and year. This information shall also be available to the Contracting Officer and /or COTR during the contract period and shall be provided within 1 business day of the Contractor's receipt of the request. This sources sought is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. Responses should address your capabilities to meet the Governments needs according to the description in the first paragraph. Also, request that you list previous/current contracts with like requirements that your company has been awarded to include company name, address, POC, phone number, email address, and size of business pursuant to NAICS 48599 small business size standard $7 million applies. In addition to the size of business indicate all the classes of business that fit your firm (i.e. SB, SDVOSB, VOSB, WOSB, SDVOSB joint venture, etc.). Please include the POC name and phone number for your company with your response. In addition, title your email response "VAMC DETROIT, MICHIGAN, NON EMERGENT PATIENT TRANSPORTATION SOURCES SOUGHT." Responses must be received no later than August 15, 2011 @ 9:00a.m. EDST. All prospective offerors are responsible for monitoring this site for the release of other information pertaining to the synopsis and solicitation. Direct your responses about this requirement, by email only, to Ms. Barbara A. Wilkinson, Contract Specialist at Barbara.Wilkinson@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DtVAMC/VAMCCO80220/VA25111RI0336/listing.html)
- Document(s)
- Attachment
- File Name: VA-251-11-RI-0336 VA-251-11-RI-0336.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=227811&FileName=VA-251-11-RI-0336-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=227811&FileName=VA-251-11-RI-0336-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-251-11-RI-0336 VA-251-11-RI-0336.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=227811&FileName=VA-251-11-RI-0336-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;John D. Dingell Medical Center;4646 John R. Street;Detroit, Michigan
- Zip Code: 48201
- Zip Code: 48201
- Record
- SN02521923-W 20110806/110804235111-340d81d73ddcc84cbe84989391dbe82d (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 |