Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2021 SAM #7109
SOURCES SOUGHT

V -- FY21: Cardiovascular Ambulance Contract

Notice Date
5/17/2021 7:13:16 AM
 
Notice Type
Sources Sought
 
NAICS
621910 — Ambulance Services
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24821Q0953
 
Response Due
5/21/2021 6:00:00 AM
 
Archive Date
07/20/2021
 
Point of Contact
Rafael A Rodriguez, Rafael Rodriguez, Phone: 787-781-8700
 
E-Mail Address
Rafael.Rodriguez2@va.gov
(Rafael.Rodriguez2@va.gov)
 
Awardee
null
 
Description
Page 7 of 7 SCOPE: The VA Caribbean Healthcare System (VACHS) has a requirement for Advanced Cardiovascular Life Support (ALS) Ambulance Services Description: The contractor shall provide one (1) Advance Life Support (ALS) Ambulance, personnel, management, supplies, transportation, equipment, materials, and reports necessary to furnish 7 hours per day; providing Ground Transportation Services from/ to the VA Caribbean Healthcare System (VACHS) and the approved Non-VA facility accepting the patient. VACHS may require that ambulance service perform some transportations in the metropolitan area for discharged patients when cardiovascular transfers are not scheduled. The main Facility/Hospital is located at 10 Casia Street-Bo. Monacillos, San Juan, Puerto Rico. Period of Performance: Base Period: 1,820 hours (Monday thru Friday Staring 6am to 1:00pm Workdays/Holidays excluded) Option Period 6 Month: 910 hours (Monday thru Friday Staring 6am to 1:00pm Workdays/Holidays excluded) General Requirements. Personnel Requirements Minimum of two (2) years experience Minimum Qualifications Standards Contractor Education/Experience: Possess a high school education or equivalency, and have two (2) years of experience demonstrating the ability to meet and deal with the general public, to read, understand and apply printed rules, detailed orders, instructions, and training materials; to maintain pose and self- control under stress; and to construct and write clear, concise, accurate and detailed reports as determined by successful, high level of performance with other customers. Any type of military service may be credited toward meeting the requirements. In lieu of the above, each employee shall have two years of relevant education at a residency school above the high school level, or any combination of relevant education above the high school level and relevant experience totaling two (2) years. Drivers: Education/Experience: Possess a high school education or equivalency, and have two (2) years of experience demonstrating the ability: to meet and deal with the general public; to read, understand and apply printed rules, detailed orders, instructions, and training materials: to maintain pose and self-control under stress; and to construct and write clear, concise, accurate and detailed reports as determined by successful, high level of performance with other clientele. Possesses a valid operator's license issued by the Commonwealth of Puerto Rico, has not, within the last three years, been convicted of reckless driving or driving under the influence of alcohol or controlled substances and has not had a driver s license suspended under the point system issued by the state. Possess a valid American Red Cross standard first aid and personal safety course card or its equivalent. Drivers must provide full name, date of birth, and social security number to VA prior to operating vehicles with VA beneficiaries. Proof in the form of a current certificate that such first aid training has been successfully completed must be available upon request. Possess a working knowledge of route specific to the area, and knowledge of the geographical areas covered by this contract, and knowledge of the nearest hospital available. Contractor must provide an annual statement that drivers are screened, trained and competent to safely transport patients. This annual statement of driver competency must include any advanced certifications, such as Advanced Cardiac Life Support or specialized training to assist and secure patients by stretcher or wheelchair. Attendants-Emergency Medical Technician (EMT) and Paramedics Prices quoted in the schedule shall include the services of a minimum of two (2) Emergency- Medical Technicians (EMTs) for BCLS and a minimum of one EMT and one Paramedic for every ACLS Service. In the event the VA Medical Center determines it necessary for the patient to have more than one ACLS attendant at bed side during transport, the Contractor must provide the additional attendant. In the event that the patient being transported requires mechanical ventilation, and the Contractor is responsible for his or her own mechanical ventilator and the care of the patient during transport. In the event that the patient being transported requires accompaniment by an RN, and the Contractor does not supply the RN, an RN will accompany the patient during transport. The RN's responsibilities during transport will be clearly outlined in written physician orders. In the event of emergency the care of the patient in transport will be the responsibility of the EMT/Paramedic. Paramedics, in addition to above, will be licensed in advanced and basic life support and having completed an appropriate training course in the last two years. Attendant should have a minimum of four hours of training in crisis intervention (documented), since some of the patients requiring an attendant will be a psychiatric patient. EMT's, in addition to above requirements, must be licensed in basic life support and having completed an appropriate training course in the last two years. Attendant should have a minimum of four hours of training in crisis intervention (documented), since some of the patients requiring an attendant will be psychiatric patients. An Attendant will always be required for stretcher patients strictly for their safety during the trip and help during transfer to and from ambulance. Contractor shall assure that EMT/Paramedics comply with 'refresher"" continuing education, or advanced training programs as required by the Puerto Rico Department of Health, Comisión de Servicio Público and the Commonwealth of Puerto Rico. Such ""refresher"" training must be equivalent to that developed by the Commonwealth of Puerto Rico agencies. Evidence of successful completion for ""refresher"" training must be provided to the Contracting Officer for inspection. EMT s shall have completed satisfactorily a course as Medical Emergency Technician in accordance with the Commonwealth of Puerto Rico Health Secretary, as established by the Federal Transportation Department (DOT) and duly approved the Health Department of PR; which is taught by an institution credited by the General Education or Superior Education Counsel in PR. These employees, among their duties may transport any of the following under control of the provider organization s medical director. PCA pump with any medication or fluid infusing through a peripheral IV Medication infusing through a peripheral IV or continuous subcutaneous catheter via a closed, locked system A central catheter that is clamped off (subclavian, Hickman, PICC, and Passport) A patient with a feeding tube that is clamped off A patient with a Holter monitor A patient with a peripheral IV infusing vitamins IV fluids infusing through a peripheral IV via gravity or an infusing system that allows the technician to change the rate of infusion are limited to D5W, Lactated Ringers, Sodium Chloride (0.9% or less), Potassium chloride (20mEq or less for EMTs, 40mEq or less for Advanced EMTs) Medication infusing through a peripheral or central IV or fluid infusing through a central IV via gravity or a infusing system that allows the operator or assistant to change the rate of infusion A patient with a chest tube A patient with a continuous feeding tube A vent dependent patient Most of their routine duties include, but not limited to: Determine blood glucose levels Oxygen & pulse oximetry Cardiac Monitoring Administer standard intravenous (IV) solutions of NS & LR Insert nasogastric tubes for administration of Activated Charcoal Insert Esophageal Tracheal Combi Tube Perform Needle Cricotyrotomy Oral Endotracheal intubation Nasal Endotracheal intubation Endotracheal suction Administer drugs through the following routes: Sublingual Subcutaneous Intramuscular Intravenous Endotracheal Perform needle thoracotomy to relieve tension pneumothorax Application of splints Order trauma alert (and request aero medical helicopters for serious trauma patient with significant mechanisms of injury or a grade or less than 12 on the Glasco Coma scale BLS in accordance with current Cardio-Pulmonary Resuscitation standards ALS in accordance with ACLS protocols, to include defibrillation, cardioversion, and external pacing if the RPM has current documentation of successful ALS course completion Treatment of acute respiratory failure PCA pump with any medication or fluid infusing through a peripheral IV Age: Contractor and employees performing work under this contract shall be a minimum of eighteen (18) years of age or as required by local laws. Health and Physical Fitness Requirements: All employees assigned by the Contractor to work under this contract shall be physically able to perform all general duties, functions and activities. Contractor shall certify that personnel performing under this contract do not have current medical condition(s) which interfere with the ability to drive safely or perform their assigned duties. This includes, but not limited to: vision, hearing, mental capacity, and any other condition that may restrict the ability to operate transport service vehicle or/and provide the required assistance and services to the transported patient. Physical examination report to describe above requirements for each driver shall be provided upon request. All employees shall be literate and able to communicate (speak) with clients in English and Spanish to the extent of reading and understanding printed regulations, detailed written orders, training instructions and material, and shall be able to compose reports which convey complete information. The Contractor is to certify the ability of all employees designated to provide service for this contract. When a patient is transported with any VA owned equipment the equipment shall be returned to the respective VA Medical Center within 24 hours in the same condition as it was released at no addition cost to the Government. DESCRIPTION: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. This Request for Information is intended for Socio-economic groups: Service Disable Veteran Owned Small Business, Veterans Owned Small Business, Women Owned Small Business, Small Business and Large Business. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. The Department of Veterans Affairs Service Area Office East/Network Contracting Office 8, San Juan, Puerto Rico Services Team, is conducting market research to identify potential sources with the intention to award Service Contract. Responses to this notice should include company name, address, point of contact, phone number, fax number and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS). NAICS Code is 621910- Ambulance Services. This procurement will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received in writing no later than 10:00am Eastern Standard Time (EST) on May 21, 2021. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff in regard to this requirement, as they are not authorized to discuss this matter related to this procurement action, all questions will be addressed during the solicitation stage by the Contract Specialist. All firms responding to this Request for Information are advised that their response is not a request for proposal therefore will not be considered for a contract award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a5ed5f4b135414b836420644bc631bc/view)
 
Place of Performance
Address: VA Caribbean Healthcare System 10 Casia Street, San Juan 00921
Zip Code: 00921
 
Record
SN06004676-F 20210519/210517230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.