Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17, 2001 PSA #2831
SOLICITATIONS

Q -- EMERGENCY MEDICAL SERVICES

Notice Date
April 13, 2001
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315
ZIP Code
80840-2315
Solicitation Number
F05611-01-T-0403
Response Due
April 26, 2001
Point of Contact
Mercer Hurst, Contract Specialist, Phone 719-333-4085, Fax 719-333-4404, Email mercer.hurst@usafa.af.mil -- Alene Wisniewski, Chief, Academy Support Element, Phone 719-333-3907, Fax 719-333-4404, Email
E-Mail Address
Mercer Hurst (mercer.hurst@usafa.af.mil)
Description
The 10th Air Base Wing, Operational Contracting Office (LGCB), USAF Academy, CO, 80840-1243 is issuing this synopsis for solicitation F05611-01- T-0403. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation. This solicitation document incorporates provisions and clauses applicable to this solicitation that are in effect through Federal Acquisition Circular 97-24. Statement of Objectives: Medical Support for USAFA Jump Operations. 1.) This non-personal service labor-hour contract is for emergency medical technician/paramedic (EMT/P) service to support the jump operations at the US Air Force Academy (USAFA) and as required, to provide simultaneous operations within a 100-mile radius of the USAFA. The Contractor shall provide the personnel to support these tasks. Personnel performing EMT-P services under this effort shall be registered with the National Registry of Emergency Medical Technicians or be certified by the Colorado Department of Public Health and Environment, Emergency Medical Services Division. 2.) Period of Performance: The period of performance will be for one-year (365-days) from the date of contract award. 3.) Hours of Operation: Contractor personnel shall be prepared to provide emergency treatment to accident victims during the hours listed below. The Government will notify the Contractor at least two-weeks before the time change from academic year to summertime and back to the academic year. The Government will provide the projected flying and jump schedule to include operations from Monday to Sunday, to the contractor not later than noon on Friday for a schedule that will begin on the following Monday. 3.1.) Hours during the academic year (39 weeks) are as follows: Monday through Thursday: 0700 -1530; Friday 0700-1800; Saturday 0700-1600; one Sunday a month: 0700 -1600. 3.2.) Hours during the summertime (11-week period from early June to mid August) are as follows: Monday through Saturday 0600-1700; one Sunday a month 0700-1600. 4.) Concurrent Operations: The Contractor shall provide support up to 10-days a year of simultaneous operations within 100 miles of USAFA. Normally these operations will be at both the USAFA and Fremont County Airport. The Government will notify the Contractor in advance of the requirement. 5.) Location of Contractor Personnel: Contractor personnel will be co-located with the Drop Zone Control Officer in the control tower. The Government will provide the EMT with a radio so he/she can move about the squadron area and still be able to respond to emergencies. A locker may be made available to Contractor employees at the discretion of the Squadron Commander or his designee. 6.) Government Furnished Property: The Government will provide the necessary medical equipment to include medical rucksack, KED board, MAST, LSP or equivalent, and long spine board/stokes litter. Concept of Operations: The concept of operations is that if a mishap occurs involving an injured jumper at USAFA DZ, the DZCO will activate the 911 emergency response system. Immediately after that, the on-site EMT paramedic will be transported to the patient (our own vehicles) to render immediate assistance. About five minutes later, personnel from the airfield's Fire Station #3 will arrive for further assistance. Five to ten minutes after that, AMR ambulance will arrive for transportation to the nearest appropriate medical facility. With the exception of the fire station response, this is the same concept of operations we have when we deploy, AND if and when we jump on Sundays at Fremont County. Hours of Operations: Keep in mind that weather, aircraft availability, cadet wing schedules, etc., all drive changes to our schedule continually. Line Item 1: $ ______________ per hour. The total estimated maximum quantity under the contract would not exceed 2000 hours. The minimum guaranteed hours are 260. Performance period is one-year (365 days) from date of award. Acceptance is performed at the work site with destination as the FOB point. Federal Acquisition Regulation (FAR) clause 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. FAR provision 52.212-2; Evaluation-Commercial Items applies to this acquisition. All offerors are required to submit a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The following FAR clauses are added as addenda to 52.212-4: 52.216-18, Ordering (the blanks are completed as follows: (a) from date of award through the 365th day of performance); 52.216-19, Order Limitations (the blanks are completed as follows: (a) $0; (b)(1) $30,670.00, (b)(2) $30,670.00, and (b)(3) 3 days; and 52.216-22, Indefinite Quantity (the blank is completed as follows: (d) the 365th day of the performance period. FAR clause 52.212-4,Contract Terms and Conditions applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to the acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam War; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restriction on Certain foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act; 52.222-44; 252.225-7001, Buy American Act and Balance of Payments Program. The Department of Labor Wage Determination NO. 94-2079 Rev. 16 dated 9/13/00. The NAICS Code is 621399, $ 5.0 M. This acquisition is unrestricted. All interested parties may provide a quote with documentation to support their ability to perform. Offers are due 27 Apr 01 with all quotes being valid for 60 days. Please email all questions or concerns to MSgt Mercer T. Hurst at mercer.hurst@uafa.af.mil or Alene Wisniewski at alene.wisniewski@usafa.af.mil. No telephone request
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F05611-01-T-0403&L=479)
Record
Loren Data Corp. 20010417/QSOL005.HTM (D-103 SN50J2E3)

Q - Medical Services Index  |  Issue Index |
Created on April 17, 2001 by Loren Data Corp. -- info@ld.com