Virginia Bids > Bid Detail

V212--Patient Transport Services, Non-Ambulatory and Ambulatory Non-Emergency Base Period w Option Period Potential 033024-032829

Agency:
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159966905567513
Posted Date: Feb 1, 2024
Due Date: Feb 14, 2024
Source: https://sam.gov/opp/970a8a8d8e...
Follow
V212--Patient Transport Services, Non-Ambulatory and Ambulatory Non-Emergency Base Period w Option Period Potential 033024-032829
Active
Contract Opportunity
Notice ID
36C26224Q0559
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 31, 2024 05:01 pm PST
  • Original Date Offers Due: Feb 14, 2024 01:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V212 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: MOTOR PASSENGER
  • NAICS Code:
    • 485991 - Special Needs Transportation
  • Place of Performance:
    Department of Veterans Affairs VA Long Beach Healthcare System ,
Description
Patient Transport Services (Non-Emergency) VA Long Beach Healthcare System

This Request for Information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not considered offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for any/all expenses associated with responding to this RFI.

Responses to this Sources Sought request shall be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of small business capabilities, specifically including Service-Disabled Veteran Owned Small Business and Veteran Owned Small Business (SDVOSB/VOSB) interested sources capable of performing the work.

The NAICS for this requirement is NACIS 485991 - Special Needs Transportation

Interested and capable sources shall respond to this notice by completing the source questionnaire herein and emailing it to gene.chu2@va.gov (reference RFI # 36C26224Q0559 in the email subject heading), no later than the posted response closing date.

SOURCE QUESTIONNAIRE

Enter Company Name and Address.
Enter UEI (Unique Entity ID SAM) Number.
Enter Point of Contact Name, Phone, Email.

Business size status and representation (Select All that Apply):
Service-Disabled Veteran-Owned Small Business (registered in https://veterans.certify.sba.gov)
Veteran-Owned Small Business (registered in https://veterans.certify.sba.gov)
Woman-Owned Small Business Emerging Small Business HUBZone
Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act
Small Business Large Business

Considered a small business under NAICS code identified for this RFI? Yes No

Select/Complete All that Apply:
FSS/GSA: Contract Number; Effective Dates: MM/DD/YYYY MM/DD/YYYY

NASA SEWP: Contract Number; Effective Dates: MM/DD/YYYY MM/DD/YYYY

Are all items of inquiry available on contract schedule? Yes No

Provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the required scope of work. Respondents are encouraged to provide targeted examples of the Contractor s experience providing the same or similar supplies/services (i.e. when attaching brochures, citing/making references to performance descriptions located within brochures that match the specific work requirement. Include attachments with drawings/illustrations as needed.

Provide general pricing for products or services inquired. Include attachments as needed.

Provide feedback or additional suggestions. If none, enter N/A.
Small Business Respondents.

SDVOSB or VOSB respondents are encouraged to provide proof of www.https://veterans.certify.sba.gov certification.

Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause.

Small businesses are also advised that per 13 CFR § 125.6 the prime contractor's limitations on subcontracting are as follows:

General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold, a small business concern must agree that:

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.

Complete the fields hereunder if utilizing a subcontractor to perform the requirement.

Enter Sub Contractor Company Name and Address.
Enter UEI (Unique Entity ID SAM) Number.
Enter Point of Contact Name, Phone, Email.

Business size status and representation (Select All that Apply):
Service-Disabled Veteran-Owned Small Business (registered in https://veterans.certify.sba.gov)
Veteran-Owned Small Business (registered in https://veterans.certify.sba.gov)
Woman-Owned Small Business Emerging Small Business HUBZone
Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act
Small Business Large Business
REQUIREMENT DESCRIPTION

GENERAL

Wheelchair, Gurney, Hired Car services for patients to/from the Veterans Affairs Long Beach Healthcare System (VALBHS) twenty-four (24) hours a day, seven (7) days a week including holidays as requested by the Government.

Routine transport services for patients residing in the Long Beach catchment area (nearest to the VA Long Beach Healthcare System); minimal frequency in other counties within Southern California such as Los Angeles, San Diego, Imperial County, San Bernardino, Riverside, and Ventura counties.

Designated pick-up point to the drop-off location which may include the main Veterans Affairs Medical Centers (VAMCs), Community Based Out-Patient Clinic (CBOCs), Veterans homes, and other designated locations (e.g., nursing homes, other medical facilities, etc.).

Accommodate transport needs of VA clinical personnel as required to accompany the patient and return transport for VA personnel (back to the original pick-up location).

Dispatch operations 24 hours per day, daily, and one dispatch contract personnel physically located at VALBHS between the hours of 8:00am and 6:00pm Monday through Friday.

PARTICIPATING COMMUNITY BASED OUTPATIENT CLINICS (CBOCs):

The following are the addresses of the participating clinics where patient transport services shall be needed in addition to the listed Veteran Affairs Medical Centers (VAMC):

Veterans Affairs of Long Beach Healthcare System (VALBHS):
Mission Viejo Vet Center
26431 Crown Valley Parkway
Mission Viejo, CA 92691
Santa Ana CBOC
1506 Book Hollow Drive
Santa Ana, CA 92705
Orange County Vet Center
12453 Lewis Street
Garden Grove, CA 92840
Santa Ana MH, Annex
1526 Brook Hollow Drive
Santa Ana, CA 92705
Placentia CBOC
770 S. Placentia Ave
Placentia, CA 92870
Anaheim Vet Center
859 South Harbor Blvd
Anaheim, CA 92805
Laguna Hills CBOC
25292 McIntyre Street
Laguna Hills, CA 92653
Village of Cabrillo CBOC
2001 River Avenue
Long Beach, CA 90806
Santa Fe Springs CBOC
10330 Pioneer Blvd Suite 180
Santa Fe Springs, CA 90670
Gardena VA CBOC
1149 W 190th Street
Gardena CA 90248

VEHICLES AND EQUIPMENT SPECIFICATIONS

Industry standard equipment for non-emergency transport for wheelchair, gurney, hired car services.

Seats for patient caregivers, service animals, and space to secure medical equipment, scooters, devices and luggage with a maximum weight of 50 pounds each, medical records, medication, comfort items, and adaptive devices medical equipment from pick-up point to destination.

Equipped with global positioning system tracking devices, audio-video recording, and two-way communications.

Capability of tracking mileage usage.

QUALIFICATIONS

Fully able, trained/certified drivers for appropriate handling/transporting patients exposed with infectious diseases, virus, communicable disease, and illness that may be life threatening (all diseases and viruses that may be contagious, e.g., flu, Coronavirus, others, etc.).

Completion of Industry Standard First Aid courses of the American Red Cross or equivalent.

Drivers fully trained and licensed to transport special needs patients in the State of California.

Dispatch/Driver must be able to use the VA s interactive, web-based transportation tracking database, via laptop/mobile application interface attend an approximate one-hour training/orientation for user level access.

TYPES OF PATIENTS TO TRANSPORT

Veteran patients that may have multiple medical conditions and consist of ambulatory, partial ambulatory with wheelchairs and scooters, blind, amputees, spinal cord injured patients consisting of paraplegics and quadriplegics.

Some patients carry oxygen bottles mounted on wheelchairs or in portable carriers but require no administration of oxygen by Contractor personnel.

Constant watch patients require continuous observation by a patient caregiver. These patients
have been determined to be an elopement risk, hostile (verbal or physical) or confused.

APPROXIMATE VOLUMES AND TIMES

One-way trips under 20 miles:
Wheelchair 2,308
Hired Car 712
Gurney 430
One-way trips 20 miles and more:
Wheelchair 925
Hired Car 267
Gurney 50

Approximately 85% trips between 4 AM and 9:59 PM
Approximately 15% trips between 10 PM and 3:59 AM
Capable of handling approximately 90% trips for multiple-patient transport (wheelchair, hired car)

OTHER QUALITY ASSURANCE ITEMS

Typical response within 45 minutes from notification to pick-up within catchment area.
Single point of contact to manage contractor staff and all communications/interfacing with the VA.

SECURITY REQUIREMENTS

Contractor personnel providing services for this requirement is subject to a background screening and shall receive favorable adjudication from the VA prior to contract performance. The level of screening for this contract is: Special Agency Check (SAC) only unless a National Agency Check is determined to be required by the VA ISO and/or Privacy Officer for contract personnel assigned to a low risk/non-sensitive position is expected to work more than 180 days.

The cost for such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government based on the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. Currently, the current estimated costs for such investigations are as follows:
LEVEL OF SENSITIVITY
BACKGROUND INVESTIGATION LEVEL
APPROXIMATE COST
SAC
Special Agreement Check
$140
Low Risk
National Agency Check with Written Inquiries
$180
Moderate Risk
Minimum Background Investigation
$421
High Risk
Background Investigation
$4,095
QUESTIONS AND ADDITIONAL ITEMS

What is industry standard, required lead time for patients to ready for pick-up for on-time arrival?

What is the industry standard for calculating trip mileage for invoicing?

What is industry standard for invoicing other risks, if any, for cleaning, delays, missed pick-ups?

Provide general annual pricing for market research purposes.

Upon receipt of notification of a hypothetical contract award, what is the maximum lead time you require for meeting full compliance to start performance on 3/30/24?

Anything else?
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 31, 2024 05:01 pm PSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >