Oxygen Tenders

DEPARTMENT OF LABOR AND EMPLOYMENT REGION IV A Tender

Textile, Apparel and Footwear
Philippines
Details: Description Clothes Retailing Package - 1 Package = 29,950.00 Net Cap (50 Pcs) Mesh Short For Men (40 Pcs) Mesh Short For Women (40 Pcs) Over Run Shirts For Men (40 Pcs) Over Run Shirts For Women (40 Pcs) Pro Club Shirts For Men And Women (30 Pcs) Metal Clothes Drying Racks Double Rod Heavy Duty Stainless Steel (1 Pc) Fishing Tools Package - 1 Package = 29,950.00 Motor Boat Engine 15hp (1 Unit) Tansi - Nylon #70 (size: 1) Per Kilo (5 Kilos) Cooler Box 30 Liters (2 Pcs) Aquarium Air Pump Oxygen Pond Aerator Water Fish Tank (2 Pcs) Rubberized Plastic Banyera Basin/fish (10kg) (3 Pcs) Rope No.2 (200 Meters) (2 Meters) Rope No.5 (200 Meters) (2 Meters) Kakanin Making Package - 1 Package = 29,950.00 Heavy Duty Gas Burner C40 (1 Unit) Refined Sugar (1 Kilo) (10 Kilos) Brown Sugar (1 Kilo) (10 Kilos) Black Plastic Bilao 12"- Small (10 Pcs) Black Plastic Bilao 14"- Medium (10 Pcs) Black Plastic Bilao 16"- Large (10 Pcs) Lpg 11 Kg Brand New Tank With Regulator Hose & Clip (1 Pc) 3 Layer Steamer Jumbo And Heavy 45cm (2 Pcs) Condensed Milk 390g (20 Cans) All Purpose Flour 25kg (1 Sack) Heavy Duty Blender (1 Unit) Fresh Cassava 1 Kilo (10 Kilos) Cling Wrap For Food 16in X 500m (1 Rolls) Puto Molder Medium 48pcs (5 Packs) Rice 25 Kilos (denorado) (1 Sack) Rice 25 Kilos (sinandomeng) (1 Sack) Pan Non-stick 34cm (1 Pc) Microwavable Tubs 500ml 10pcs (10 Packs) Baking Powder 50g (10 Packs) Food Coloring Orange 60ml (3 Bottles) Fresh Gata 200ml (5 Packs) Glutinous Rice Flour 500g (5 Packs) Aluminum Foil 1 Box (5 Boxes) Vanilla 350ml (5 Bottles) White Lihia 350ml (5 Bottles) Karinderya Package - 1 Package = 29,950.00 Single Burner Stove, Brand New Tank 11kg, Lpg Hose And Clip Regulator (1 Unit) Heavy Duty Burner C50 (1 Unit) Aluminum Frying Pan #14 (1 Pc) Stainless Ladle (3 Pcs) Aluminum Pot With 2 Handle Medium Size (1 Pc) Aluminum Pot With 2 Handle Small Size (1 Pc) Food Warmer With Glass Lid (12x15x3) (4 Pcs) Repack Cooking Oil 1.5 Liter (5 Bottles) Red Fresh Onion (1 Kilo) (2 Kilos) Garlic (1 Kilo) (2 Kilos) Vetsin 1 Kilo (2 Kilos) Fresh Potatoes (1 Kilo) (2 Kilos) Soy Sauce Galon (1 Galon) Vinegar Galon (1 Galon) Fresh Ginger 1 Kilo (2 Kilos) Rice 25 Kilos (5 Sacks) Black Pepper (1 Kilo) Ketchup Galon (1 Galon) Rock Salt 1 Kilo (2 Kilos) Monoblock Table (6 Seater) (2 Pc) Monoblock Chair/stool (6 Pcs) Strainer With Handle (2 Pcs) Makeup Starter Kit Package - 1 Package = 29,950.00 Lighted Vanity Mirror With Lights, Vanity Mirror With Lights 9 Dimmable Led Bulbs, 3 Color Lighting Modes, Smart Touch Control (1 Pc) Heavy Duty Hair Blower (1 Unit) Heavy Duty Hair Curling Iron (1 Unit) Original Hair Iron Smooth Gliding And Shinier Hair 480°f Maximum Heat (1 Unit) Rebond Hair Straightening Set 1250ml Plain (2 Set) Rebond Hair Straightening Set 1250ml Milk (2 Set) Eyeshadow Palette, 0.34 Oz (9.6 G) (1 Pc) Blush On (4 Pcs) Liquid Foundation 30g (4 Pcs) Compact Powder (4 Pcs) Hair Color With Oxidizing 100 Ml (2in1) (10 Boxes) Hair Extension (5 Pcs) 70cm Hair Wig (3 Pcs) Make Up Setting Spray 100ml (5 Bottles) Hair Setting Spray 600ml (5 Bottles) Professional Hand-held Large Capacity Multi Layers Make Up Storage Bag Organizer (1 Pc) Meryendahan Package - 2 Packages (29,950/package)= 59,900.00 3-1 Stainless Steamer, Burger Fryer And Fries Cooker With Tong And Spatula (1 Unit) Brand New Tank 11kg Lpg (1 Unit) Buns For Burger 6’s (2 Pcs) Burger Patty 8's (7 Pcs) Ketchup 250g (5 Packs) Slice Cheese 20’s (3 Packs) Bread For Half Long 6’s (3 Packs) Bread For Foot Long 6’s (3 Packs) Hotdog For Half Long 1 Kilo (5 Kilos) Hotdog For Foot Long 1 Kilo (6 Kilos) Repack (cooking Oil) 1.5l (5 Bottles) French Fries 1 Kilo (8 Kilos) Fish Ball 1 Kilo (8 Kilos) Kikiam 1 Kilo (8 Kilos) Squid Ball 1 Kilo (8 Kilos) Cheese Stick 50 Pcs (8 Kilos) Monoblock Table (6 Seater) (2 Pcs) Monoblock Chair/stool (8 Pcs) Paper Plate For Half Long (2 Packs) Paper Plate For Foot Long (2 Packs) Disposable Glass 12oz For Kikiam (50’s) (2 Packs) Chocolate Hot Fudge Shake Powder 1 Kg (2 Packs) Mango Shake Powder 1 Kg (2 Packs) Commercial Heavy Duty Blender (processor 8 Blades 2l Glass Cup Power) (1 Unit) Plastic Pp Cup With Lids (set) 100pcs (2 Packs) Disposable Black Straw For Milktea (1 Kilo) (2 Packs) Brown Sugar 1 Kilo (4 Kilos) Electric Oven With Rotisserie 28l (1 Unit) Sewing Machine Package - 1 Package = 29,950.00 Brand New High Speed Sewing Machine With Complete Thread Stand, Table, Clutch Monitor (1 Unit) Winder High Speed (35 Packs) Sewing Machine Oil Galon (5 Galon) Nipper (50 Pcs) Thread Cotton Tkt 120 (50 Pcs) Stainless Scissors #9 (5 Pcs) Needle High Speed Sizes #14,16,18 104 (3 Pcs) Pin Med Size (100's) (3 Packs) Pin With Head "3 (100's) (4 Packs) Tape Measure Regular Size (2 Pcs) Semi Canadian Fabric Diff. Design 96" (7 Yards) Geena Cloth Printed Assorted 60" (10 Yards) Geena Cloth Palin Assorted Colors (10 Yards) Cotton Spundy Per Kilo (3 Yard/ Kilo) (10 Yards) Display Cabinet Particle Board And Mdf Size: 80 X 30 X 180 Cm (lwh) (1 Pc) Tailors Fabric Chalk 10 Pcs (1 Box) Wet Market Retailing Package 3 Packages (29,950.00/package) = 89,850.00 Red Onion (1 Kilo) (4 Kilos) Garlic (1 Kilo) (4 Kilos) Potato (1 Kilo) (4 Kilos) Cabbage (1 Kilo) (4 Kilos) Baguio Beans (1 Kilo) (4 Kilos) Eggplant (1 Kilo) (4 Kilos) Okra (1 Kilo) (5 Kilos) Sitaw (1 Kilo) (4 Kilos) Pumpkin (1 Kilo) (4 Kilos) Sayote (1 Kilo) (4 Kilos) Luya (1 Kilo) (4 Kilos) Calamansi (1 Kilo) (4 Kilos) Carrots (1 Kilo) (4 Kilos) Labanos (1 Kilo) (4 Kilos) Tomato (1 Kilo) (4 Kilos) Amplaya (1 Kilo) (4 Kilos) Siling Pula (1/4 Kilo) (3 Kilos) Siling Green (1/2 Kilo) (2 Kilos) Bottle Gourd (1 Pc) (16 Pcs) Bell Pepper Red (1/2 Kilo) (4 Pack) Bell Pepper Green (1/2 Kilo) (4 Pack) Fresh Pork (1 Kilo) (10 Kilos) Fresh Chicken (1 Kilo) (10 Kilos) 3 Layered Vegetable Rack (display Shelves) With Free Boxes For Vegetable (2 Pcs) Foldable Table 6ft (1 Pc ) 10kg Bowl Weighing Scale Original Heavy Duty (1 Pc ) Vegetable And Condiments Retailing Package - 1 Package = 29,950.00 Red Onion (1 Kilo) (5 Kilos) Garlic (1 Kilo) (5 Kilos) Potato (1 Kilo) (5 Kilos) Cabbage (1 Kilo) (5 Kilos) Baguio Beans (1 Kilo) (5 Kilos) Eggplant (1 Kilo) (5 Kilos) Okra (1 Kilo) (5 Kilos) Sitaw (1 Kilo) (5 Kilos) Pumpkin (1 Kilo) (5 Kilos) Sayote (1 Kilo) (5 Kilos) Luya (1 Kilo) (4 Kilos) Calamansi (1 Kilo) (4 Kilos) Carrots (1 Kilo) (4 Kilos) Labanos (1 Kilo) (4 Kilos) Tomato (1 Kilo) (4 Kilos) Amplaya (1 Kilo) (4 Kilos) Siling Pula (1/4 Kilo) (4 Kilos) Siling Green (1/2 Kilo) (4 Kilos) Bottle Gourd (1 Pc) (16 Pcs) Bell Pepper Red (1/2 Kilo) (5 Pack) Bell Pepper Green (1/2 Kilo) (5 Pack) 3 Layered Vegetable Rack (display Shelves) With Free Boxes For Vegetable (2 Pcs) 10kg Bowl Weighing Scale Original Heavy Duty (1 Pc ) All Around Sarsa 100g (20 Packs) Tomato Sauce 250g(20 Packs) Fish Sauce 350ml (20 Packs) Vinegar 385ml (20 Bottles) Soy Sauce 385ml (20 Bottles) Seasoning Granules 8gx16s (20 Bundle) Pork Broth Cubes 10gx6s Singles (12 Box) Beef Broth Cubes 10gx6s Singles (12 Box) Chicken Broth Cubes 10gx6s Singlesb(10 Box) Breading Mix 62g (20 Packs) Fresh Gata 200ml (20 Packs) Iodized Salt 500g (20 Packs) Sinigang Mix (original) 44g (20 Packs) Vulcanizing Package 2 Packages (29,950.00/package) = 59,900.00 Oil Less Air Compressor 2 Hp (1 Unit) Motorcycle Tire Interior 2.75x17 (10 Pcs) Motorcycle Tire Interior 2.50x17 (10 Pcs) Motorcycle Tire Interior 2.25x17 (10 Pcs) Motorcycle Tire Interior 2 X17 (10 Pcs) Engine Oil 10w-40 Fully Synthetic 1 Liter (8 Bottles) Engine Oil 20w-50 1 Liter (8 Bottles) Engine Oil 10w-40 Fully Synthetic 1 Liter (5 Bottles) Engine Oil 15w-50 1 Liter (5 Bottles) Dishwashing Making Package - 1 Package = 29,950.00 Dishwashing Mix Different Scents For Approximately 17 Liters Yield Per Mixture Unscented/colorless (2 Packs) Dishwashing Mix Different Scents For Approximately 17 Liters Yield Per Mixture Antibac (2 Packs) Dishwashing Mix Different Scents For Lemon (2 Packs) Dishwashing Mix Different Scents For Approximately 17 Liters Yield Per Mixture Kalamansi (2 Packs) Dishwashing Mix Different Scents For Approximately 17 Liters Yield Per Mixture Bubble Gum (2 Packs) Empty Clear Bottle With Cap (500 Ml) (300 Pcs) Empty Clear Bottle With Cap (1 Liter) (300 Pcs) Sticker With Print 2.4 X 1.6m (500 Ml Bottle) (300 Pcs) Sticker With Print 2.4 X 1.6m (1 Liter Bottle) (300 Pcs) 250l Hdpe Food-grade Plastic Container Open-head Drum With Black Lid & Thread-lock Seal (2 Pcs) Electric Power Mixer 800w (1 Unit) Plastic Funnel Large (2 Pcs) Plastic Funnel Extra Large (2 Pcs) Insulated Thermal Round Jug 16l (2 Pcs) Massage Starter Kit Package - 1 Package = 29,950.00 Folding Massage Beds Spa Beds Heavy Duty Fixed Salon Beds Beauty Salon Special Massage Beds (1 Pc) Massage Oil Calming 195ml (100% Natural) (12 Bottles) Massage Oil Rejuvenating 195ml (100% Natural) (12 Bottles) "high Quality Plain White Bath Towel Size: 27"" X 54"" (12 Pcs)" 4l Humidifier High Capacity Household Humidifier Aromatherapy Essential Oil Diffuser (1 Pc) Essential Oil - Pure And Natural - For Diffuser Humidifier - Aromatherapy (10 Bottles) Glass-door Cabinet,black,35x32x151 Cm (13 3/4x12 5/8x59 1/2 ") (1 Pc) "mini Massage Gun Frequency: 1800-3200rpm Gear Adjustable: 6 Levels Number Of Massage Heads: 4 Heads Power Supply: Type-c Rechargeable Battery Capacity: 1800mah Battery (1 Unit)" Pares Starter Kit Package - 1 Package = 29,950.00 "semi Stainless Table Specification: *customized Stainless Top (food Grade), Customized Stainless Table Top For 2 Big Pots, With Stainless Shelves *0.5m Sheet And Shelves *1.5mm Painted 3/4 Tubular Framing (1 Unit) (1 Unit)" Heavy Duty Stove C30 (2 Unit) Brand New Tank 11kg Lpg (1 Unit) Pot Big Ab #2 (1 Pc) Fresh Beef (1 Kilo) (4 Kilos) Fresh Beef Skin (1 Kilo) (4 Kilos) Stainless Slotted Turner Big (1 Pc) Plastic Bowl Small (30 Pcs) Plastic Labo 9x11 (3 Packs) Stainless Spoon (5 Packs) Disposable Spoon Plastic (2 Kilo) Disposable Cup 8oz (5 Packs) Stainless Ladle For Pares (2 Pcs) Stainless Ladle For Rice Small (2 Pcs) 3 In 1 Plastic Container With Spoon For Condiments (2 Pcs) Rice 25 Kilos (2 Sacks) Heavy Duty Cooking Pot For Rice #1 (1 Pc)
Closing Date16 Apr 2025
Tender AmountPHP 509.1 K (USD 8.8 K)

Municipality Of Pintuyan, Southern Leyte Tender

Automobiles and Auto Parts
Philippines
Details: Description Item No. Item And Descriptions Quantity Unit 1 Lot Of Mobile Command And Control Vehicle (moccov) With Triage Technology Specifications: Trailer; 1 Set Trailer Dimension: L 16’ft X 6’8” Ft Trailer 40 Sq.m. Covered Area, Command Center Tent Maximum Capacity: 18 Persons Capacity: 10,000 Lbs. Multi-use Compartment For Rescue Equipment Swing Out Sink Rear/kitchen Top Tailgate Water Tank Gauge Indicator Automatic Water Pump For Faucet Reflectorized Trailer Side Markers Full Color Decal Suspension And Under Chassis Details: Round Axle With Hubs And Heavy-duty Bearings Rear Stabilizer Swivel Legs Front Stabilizer Swivel Legs Tandem Wheel And Fender With Spare Tires Front Swing/swivel Hand Jack With Tire Electromagnetic Brake System Swing Out Rear Tail Gate Dust And Waterproof Pvc Travel Cover Tent System; 1 Set Material: Wax Poly Cotton Canvas Fabric Annex 1: Mission Room Convertible To Bedroom Annex 2: Kitchen And Pantry Room Annex 3: Mission Room Annex Walls, With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All Made With Heavy Duty Materials Maximum Capacity: 18 Persons Annex Walls With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All In Heavy Duty Material Tent Material Is Water Repellent 3-season Tent That Can Withstand A Wind Force Of 7.5 Mph Baseline With Approximately 38 Mph Winds And Gusts Trailer Utilities; 1 Set Trailer Built-ins 150 Liters Water Tank Pump And Plumbing System Ac And Dc Power Inlet Mounted And Wash Basin Dust And Waterproof Pvc Travel Cover Portable Air-conditioning Unit Horsepower: 1 Hp Weight: 29 Kg Dimensions: 36.5 × 44.5 × 71.5 Cm Cooling Capacity: 12,600 Kj/h Power Consumption: 1100 W Applicable Area: 18-28 M 3 Units Independent Portable Toilet Material: Pp, Abs Dimension:35x42x43cm / 13.8×16.5×17" Capacity: 24l Flush Method: Press Compact Size And Lightweight Design Also Fit For Outdoor 1 Unit Toilet/shower Tent Material: Waterproof Cloth Rod: Glass Fiber Pop-up Dimension: 1.2x1.2x1.8 M With 1unit Portable Camping Shower, Rechargeable 2 Units Fuel Tank Standard: As/nzs 2906:2001 Capacity: 20l Of Fluid Spill Proof Vented Pouring Spout. Material: Uv Stabilized High Density Polyethylene 4 Units Fire Extinguisher 5lb Abc Non-toxic And Non-corrosive Chemicals Refillable Mono Ammonium Phosphate Chemical, Non-conductor, Non-toxic, Stored Pressure Equipped With Pressure Gauge, Brass Valve And Heavy-duty Air Hose With Nozzle 1 Unit Communication And Surveillance Pneumatic Mast Operation: Arc Movement + Vertical Movement Height: 10m Pan Movement: 360°gross Weight: 50 Kg Operation Platform: Arc Movement Horizontal And Vertical Rotation Speed: 6r/min Wind Resistance: 66km/h Control Way: Rs485, Pelco-d/p Agreement, Remote Control Material: Aluminum Alloy Power Supply: Dc12v-10a 1 Unit Wireless Siren Voltage: Dc 12v Output Power: 200w Siren And Microphone 1 Set Weather Station System Measurements: Hygrometer//humidity, Rainfall, Temperature, Wind Direction, Wind Speed Sensors: Anemometer, Rain & Temperature Solar-powered With Stored Energy Backup. Corrosion-proof And Can Withstand Extreme Weather Environments Has Wireless Transmission Range Of 1000 Ft. (300 M) Transmits Data Every 2.5 Seconds 1 Set Rescue Quadcopter Drone Waterproof Extended Flight Time Up To 20 Minutes Power-flip Function When Floating Flight Control Feel Tuned For Lifesaving As Well As Search And Rescue Operations 2.7k Color Camera, Remote Control Specially Designed Rescue Buoyancy Sausage Live As Well As Recorded Video Footage Payloads Up To 1.2kg 1 Set Satellite Internet Starlink; Standard Roaming Account (subscription Not Included) 1 Unit Uhf/vhf Radio Communication System Frequency Range 136-174 Mhz Or 450-520 Mhz Number Of Channels Max. 32 Channel Spacing Analog 12.5 Khz Digital 6.25 Khz Operating Voltage 13.6 V Dc ± 15% Frequency Stability ± 2.0 Ppm ± 1.0 Ppm Antenna Impedance 50 Ω Weight: 1.10 Kg 1 Set Management Laptop Intel Core I5 Ram 8gb Display: 15.6 Inches (main Display) Windows 10/11 Home/webcam/bt/wifi/cardreader/backlit Keyboard 1 Set Led Robotic Search Light Lighting Mode: Low Light, High Light, And Flashing Image Resolution: 1280 × 720 Max. Rotation Range Yaw: - 70° To + 70°, Pitch: - 135° To 45° Power Consumption: ≤ 40 W 1 Unit Ptz Perimeter Camera System Pan, Tilt, Zoom 1/2.8" Hd Progressive Scan Cmos 1920 × 1080 Resolution 25× Optical Zoom 120 Db True Wdr (wide Dynamic Range) Up To 100 M Ir Distance 3d Intelligent Positioning Switchable Tvi/ahd/cvi/cvbs Video Output 1 Unit Bullet Camera System Image Sensor 1/3" Progressive Scan Cmos Min. Illumination Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir Day & Night Ir Cut Filter Angle Adjustment: Pan: 0° To 360°, Tilt: 0° To 100°, Rotate: 0° To 360° Max. Resolution: 2688 × 1520 4 Units Cctv Nvr 8 Channel (ds-7208huhi-k1/e) Digital Video Recorder Mouse, Manual And Power Cord Remote Viewing Anytime, Anywhere Live View From Pc, Smartphone Or Tablet Turbo Hd Camera Ultra-low Light Chromatic Night Vision 1 Set Console Box Heavy Duty Case For Cctv System And Media System Laminated Water Resistant, 1 Unit All In One Pc, 2 Units 22inch Multimedia Tv With Tv Box, 1 Unit 32-inch Smart Tv, 7inch Am/fm Audio Receiver With Speakers, Wireless Keyboard And Mouse 1 Unit Step Ladder 3 Step Foldable Aluminums Ladder 1 Unit Table For Mapping Folding Half Table With Foldable Steel Legs 4ft 122 X 60 X 74cm 1 Unit White Board Magnetic White Board 30cm X 60cm 1 Unit Rescue And Triaging Foldable Rescue Boat With Outboard Motor Width (beam) When Open: 60″ 1.52mdraft: 4″ 11.4cmdepth Mid-ship: 24″ 56cmcapacity: 807 Lbs. Number Of Seats: 6material: Hard Plastic 1 Set Water Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 2 Rescue Vest, 1 Rescue Can, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag 1 Set High Angle Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag, 1 Swing Spinner Carabiner,1 Hand Ascender Device, 1 Adjustable Foot Loop Sling, 1 Descender Rescue 8, 1 Pulley Single Sheeve, 1 Pulley Double Sheave 1 Set Automated External Defibrillator Protocol: Semiautomatic And Fully Automatic Configuration Defibrillator Charge Hold Time: 30 Seconds. Aed 3 Automatic Model: 3 Seconds Prior To Automatic Shock Delivery Energy Selection: Factory Pre-programmed Selection Patient Safety: All Patient Connections Are Electrically Isolated Size: (h X W X D) 12.7 Cm X 23.6 Cm X 24.7 Cm. 5.0 In X 9.3 In X 9.7 In Weight: 2.5 Kg; 5.5 Lbs. (with Battery) 1 Unit Emergency And Trauma Bag. 1 Btl Alcohol 150ml 1 Btl Betasol Povidone 60ml 1 Btl Hydrogen Peroxide 60ml 1pc. Tourniquet 1 Set Oxygen Tank W/ Regulator 1 Pc. Emergency Blanket 1 Pc. Arm Splint / Sam Splint 1 Pc. Leucoplast ½ 1pc. Cpr Mask Surgi-tech 1 Pc. Cervical Collar 1 Pc. Triangular Bandage 1 Pc. Hot And Cold Pack 160g Surgi-tech 1 Pc. Digital Thermometer Advan 1 Btl Dextrose Partners 1 Pc. Iv Tubing Surgi-tech 1 Pc. Iv Cath G.24 1 Pc. Cosmed Butterfly G.23 1 Pc. Pulse Oximeter 1 Set Ambu Bag Pvc 1 Pc. Pen Light Indoplas 1 Set Blood Pressure / Bp Set 1 Pc. Kelly Forceps Straight 1 Pc. Surgical Scissor Straight 1 Set Foldable Military Spec Medical Beds Material: High-grade Aluminum Foldable Product Size: 194 X 66 X 41cmfolded Size: 90 X 12 X 20cmweight: 9.5kgload Bearing: Less Than 159kg 5 Units Jack 3-ton Crocodile Jack 1 Unit Rescue Axe Gross Weight: 32oz Or 910g Length: 15" Or 38cm Carbon Steel Head Dual Fiberglass Handle Rubberized Grip 1 Unit Bolt Cutter Size: 12" Max. Cutting Size: 5mm Cr-v Blade 1 Unit Hi-lift Responder Jack Material: Cast Iron Steel Size: 42” Leverage: 4660 Lbs. 1 Unit Medical Stretcher Product Size (length*width*height): 214*54*13cm Foldable 1 Unit Shovel Full Length: 42cm Spade Width: 10cm Shovel Length: 12.5cm Pick Length: 11cm 1 Unit Power Supply And Electronics Jump Starter/power Bank Ce/rohs/emc Battery Capacity:15000mah Input: 14/a Output:5v/4a; 12v/12a; 19v/3.5a Charging Time: 5 Hours Start Current: 300a Peak Current: 600a 1 Unit Solar Power Generator System Rated Power: 200w Rated Voltage (vmp): 18v Rated Current (imp): 3.34a Open-circuit Voltage: 21.6v Short-circuit Current: 3.64a Number Of Cells: 36 Cell Type: Poly-crystalline Silicon Glass Type: High Transmission, Low Iron, Tempered Glass, Glass Thickness Of Glass: 3.2mm 1 Set Wind Power Generator System - Material: Nylon Fiber - Blade Length:600mm - Wind Wheel Diameter:900mm - Weight:12.5kg - Rated Power: 400w - Starting Wind-speed: 12m/s - Rated Voltage: 12/24vr 1 Unit Generator Set Power Inlet Mounted220-240vopen Type Generator Starting System: Recoil/electrical Starting Alternator Material: 100% Cu Frequency (hz): 60voltage(v): 120-240rated Output (kw): 8max Output (kw): 8thd (%): 25running Time At 50% Loading(h): 8.5fuel Tank Size(l): 21noise Db(a): 97insulation Grade: F 1 Unit 220v Backup Inverter Power System 3000 Watts Power Inverter Dc Charging System Output Voltage: 220v (+-) 10% Output Frequency: 60hz (+-) 2 Output Wave Form: Modified Sine Wave Peak Efficiency: 65% 1 Unit Battery Bank Power Supply 100ah X 4 (total Capacity= 400ah) Lithium Ion Battery 1 Unit Training - Seminar Technical Seminar Training For Ingress And Digress Of Trailer-tent System Gain Knowledge Of Equipment And Its Specifications Proper Handling And Proper Use Of Tools And Equipment's Ergonomic Placement Of Equipment Individual Seminar Training And Testing Of Each Individual For A Specific Role Ex: Basic Drone Pilot Training, Cctv Controller Etc. Note: Caap Certification Not Included Team Seminar Conducting Team For Ground Training And Actual Response Action Efficient Ingress And Digress Of Mocov Synchronization Of Individual And Their Roles At A Specific Time Of Action Tool Set 82 Pcs Tool Set 1 Set Cook Set 6 Persons Cook Set 1 Set Portable Stove 2 Burner Portable Butane Stove 1 Unit Vehicle Modified 4x4 Xl Ford Ranger 2024 Or Its Equivalent Or Better Powertrain 4x4 Drivetrain 2.0l Turbo Diesel Maximum Power 170hp @ 3,500maximum Torque 405nm @ 1,750-2500 Rpm6-speed Manual Transmission Chassis & Suspension Front Suspension Double Wishbone With Coil Springs Rear Suspension Leaf Spring Front Ventilated Discs/rear Drum Wheels & Tires16" Off-road Mag-wheels 255 / 70r 16 Tires Accessories: Snorkel Led Bar Light, Roof Tray, Led Emergency Strobe Light Bar, Load Plus (suspension), Tow Hitch Set 1 Lot Notes: 1. All Items Should Be Supplied, Delivered And Installed On-site As Designated By The End-user Unit. 2. Mobile Command And Control Vehicle With Triage Technology And Its Accessories Should Be Accredited Or Recognized From Department Of Science And Technology (dost) Or Any Appropriate Government Agencies. 3. Vehicle Inclusions: Lto Registration – 3years, Ctpl-3years, Insurance With Aog – 1 Year, With Logo Of The Municipality (pintuyan). 4. Product Warranty Certificates For Vehicle. 5. Product Warranty Certificates For Equipment, Devices And Accessories Not Less Than One (1) Year. 6. Trainings For Operators Of All Equipment, Devices And Accessories And Corresponding Seminars For Conducting Team Shall Be Formed Part Of The Contract.
Closing Date7 Jan 2025
Tender AmountPHP 17.8 Million (USD 306.7 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n743.43|wwj|717-605-3992|noelle.m.smith10.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Section C & E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025) (deviation 2025-o0003)|13|334220|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (210 Days) \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 1.1.2 This ;pressure Gauge; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May Require testing. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;g27-351 049x3 E B; 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-1330 | | |e |220516|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=ss800-ag-man-010/p-9290 | | |a |200324|a| |42| document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;the Pressure Gauge Must Be Manufactured In Accordance With Weksler Instruments Drawing Number G27-351, Part Number Ea23-3pvp-lwax, Except As Amplified Or Modified Herein.; 3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General. 3.3 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.4 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.5 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.5.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.5.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.5.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.5.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.6 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.7 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.7.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.7.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.7.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement. 3.7.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.7.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.8 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved and Rejected And The Nature Of Corrective Action Taken As Appropriate. 3.8.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.8.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions provided By The Government Representative. 3.9 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.10 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.10.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.10.2 Inspection For Completeness And Proper Type. 3.10.3 Verification Of Material Quality Received. 3.10.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.10.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.10.6 Identification And Protection From Improper Use Or Disposition. 3.10.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.10.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.10.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.11 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.11.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.12 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.12.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.12.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.13 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.13.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.13.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.13.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.14 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" are Not Acceptable. 3.14.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.15 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. note: These Requirements Do Not Apply To Tack/spot Welds. 3.15.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.15.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.") 3.15.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendor's Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.15.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.15.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.15.6 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.15.7 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.16 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure. 3.16.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.17 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12). 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.17.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.17.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below: 13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 14 2008 - Mil-std-1330 Cleaning Procedures Required - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco. note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable. the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. date Of First Submission=asreq block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding. this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt.
Closing Date7 Apr 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Page 24 Of 24 this Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations To Eligible Beneficiaries That Use The Southern Arizona Va Healthcare System (savahcs) Located At 3601 S. 6th Avenue, 85723. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Materials, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: note: All Interested Parties Must Apply And Be Approved For An Arizona Department Of Health Services Certificate Of Necessity (con) For The Geographic Service Area Stated On This Notice And Level Of Service Required, A 180-day Process (non-va) That Must Be Approved Prior To The Response Date Stated On The Solicitation. If The Government Does Not Receive An Approved Con From Any Offeror, The Requirement Will Be Set-aside For The Next Socio-economic Group Or Be Solicited As Full And Open Competition. Draft Performance Work Statement Draft Title: Ground Ambulance Services (southern Arizona Va Healthcare System Con 54) Visn 22/station 678/naics 62190 purpose: The Southern Arizona Va Healthcare System (savahcs), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Specialty Care Transport (sct) Or Critical Care Transport (cct) Services (as Cct Services Become Available). 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. background: Savahcs Main Campus, Located At 3601 S. 6th Avenue, Tucson, Arizona 85723 And Its Seven (7) Associated Community Base Outpatient Clinics Serve Over 170,000 Veterans In The Pima, Cochise, And Yuma County Area. The Hospital Has 255 Inpatient Beds And Receives Approximately 16,722 Inpatient Admissions And 759,599 Outpatient Visits A Year. Veterans Served By This Contract Live Within The County And Zip Codes Listed In Paragraph 5.2.6. acronyms als Advanced Life Support aod Administrative Officers Of The Day bls Basic Life Support cct Critical Care Transport cctp Critical Care Transport Paramedic ccemtp Critical Care Emergency Medical Transport co Contracting Officer cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor emt Emergency Medical Technician iaw In Accordance With oo Ordering Officer pws Performance Work Statement qasp Quality Assurance Surveillance Plan qc Quality Control Plan tb Tuberculosis tjc The Joint Commission vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Savahcs Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Meet All State Requirements. Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Savahcs. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Savahcs. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Savahcs Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Specialty Care Transport (sct) Or Critical Care Transport (cct) Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Including Specialty Care And Critical Care Transport, If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To The Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety. be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years: have Not Had A Driver S License Canceled Or Suspended. have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance. have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven. have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests. receive, Use, And Ensure The Use Of The Vendor Pass By The Driver. submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission (see Note Below). the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number date Of Service (to Include Box 24 A-j) authorization Number(s) pick-up And Drop-off Location Of The Patient base Rate name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported. date Of Birth And Sex diagnosis Codes Or Nature Of Illness Or Injury documentation Of Circumstances When Billing For Waiting Time any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc. va Authorizing Official S Name healthcare Procedure Coding System/national Level Ii (hcpcs) unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. A Modification Will Be Provided With The Start Date And Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Savahcs Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. savahcs Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. savahcs Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests: contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor) ordering Officers (oo) beneficiary Travel Office Staff the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information: mode Of Transportation Required, required Time Of Arrival name Of The Beneficiary, pick-up And Delivery Point, type And Number Of Additional Medical Care Specialists Required, type Of Equipment Required, last Four Of The Patient's Social Security Number, And any Other Special Instructions for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls And Als Transports. One Of These Simultaneous Transports May Require Cct Capability. If Savahcs Requires Ambulance Services Exceeding Two (2) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Two (2) Transport(s) Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. non-emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Transportation Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Savahcs And Associated Cboc Locations; The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Savahcs, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At The Main Facility Or Associated Cboc Locations: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. scheduled Va Initiated Appointment Pick-up Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Scheduled Trips In Which The Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. a No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Unscheduled Transportation Requests Out Of Savahcs Only The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At Savahcs Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Savahcs Emergency Department Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And Transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For The Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur: unloaded Mileage Exceeds 75 Miles. the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following: contractor Name contract Number current Purchase Order Number date Of Service total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.) an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service.  under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. period & Place Of Performance this Contract S Ordering Period Shall Be Effective From Date Of Award Through September 30, 2029. the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following: southern Arizona Va Healthcare System Located At 3601 S. 6th Avenue, Arizona 85723. southern Arizona Va Healthcare System S Community-based Outpatient Clinics (cbocs): facility Address southern Arizona Va Healthcare System 3601 S. 6th Ave., Tucson, Az 85723 yuma Clinic 3111 S. 4th Ave, Yuma, Az 85364 casa Grande Clinic 1876 E. Sabin Dr., Casa Grande, Az 85122 northwest Clinic 3920 W. Linda Vista Blvd, Tucson, Az 85742 green Valley Clinic 380 W. Vista Hermosa Dr., Green Valley 85614 southeast Clinic 7395 S. Houghton Rd, Tucson, Az 85747 safford Clinic 355 N. 8th Ave, Safford, Az 85546 sierra Vista Clinic 101 N. Coronado Dr, Sierra Vista, Az 85635 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facility address phoenix Va Health Care System 650 E. Indian School Road, Phoenix, Az 85012 northern Arizona Va Health Care System 500 Highway 89n, Prescott, Az 86313 southern Arizona Va Health Care System 3601 S. 6th Ave., Tucson, Az 85723 veteran S Residences. local Airports: tucson International Airport 7250 S. Tucson Blvd. Tucson, Az 85756 zip Codes Include But Not Limited To: pima County 85341 85601 85614 86619 86622 856629 85633 85634 85639 85641 85645 85652 85653 85654 85658 85701 85702 85703 85704 85705 85706 85707 85708 85709 85710 85711 85712 85713 85714 85715 85716 85718 85719 85721 85723 85724 85725 85726 85728 85730 85731 85732 85733 85734 85735 85736 85737 85738 85739 85740 85741 85742 85843 85744 85745 85746 85747 85748 85749 85750 85751 85752 85754 85755 85755 85756 85757 85775 quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 2 Simultaneous Transports In Accordance With Pws 4.5.1.6). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task pws reference standard acceptable Quality Level method Of Surveillance provide On- Time Ambulance services section 4.5.1.8.3 scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled orders 97% customer Feedback incident Reporting section 4.8 the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day. 97% customer Feedback invoice Reports section 4.9 provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws 95% 100% Inspection of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Amendment. contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates 9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Are Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved, Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low risk. background Investigation - The Level Of Background Investigation Commensurate With The required Level Of Access For This Contract Is National Agency Check With Written Inquiries. contractor Responsibilities: the Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. the Contractor Shall Submit Or Have Their Employees Submit To The Cor Completed Background Investigation Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Contract Award. the Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The State Of Arizona, Department Of Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars) required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/ Or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist southern Arizona Va Healthcare System (savahcs) contract: Ground Ambulance date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: savahcs location: Bldg. Post ss performance Objective pws Para performance Threshold method Of Surveillance met not Met remarks ss 1 the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1 95% Compliance 100% Surveillance Of Each Patient Pick-up. ss 2 the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3 95% Compliance 100% surveillance ss3 the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3 95% Compliance 100% surveillance ss4 the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1 100% Compliance 100% surveillance ss5 have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1 100% Compliance 100% surveillance ss6 a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B 100% Compliance 100% surveillance attachment A specialty Care Transport (sct) Or Critical Care Transport (cct) Confirmation if A Transport Is Classified As A Critical Care Transport (cct) The Offeror Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient (listed Below), Up To And Including Specialty Care Transport (sct) Or Critical Care Transport (cct), If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. Prospective Offerors Must Sign And Return This Form Confirming They Can Meet These Criteria For Ccts Ordered Under This Contract. drug Supply List: Equipment List: acetylcysteine (acetadote, Mucomyst) Chest Tubes amiodarone (cordarone) Portable Mechanical Vents; Including antibiotics Cpap. blood And Blood Products All Vads diltiazem (cardizem) Cvp Lines dobutamine Swan-fanz Line dopamine Smart Pump Capability: Up To 6 Iv Drips *any Pump(s) Capable For Up To And Including 6 Infusion Lines Or Iv Drips As Required By The Patient. If The Pumps Are Not Compatible With Va Supplied Iv Tubing, The Contracted Ambulance Would Need To Provide Their Own Tubing And Be Able To Switch The Tubing Over Prior To Transport. * fentanyl (sublimaze) furosemide (lasix) heparin hyperalimentation (tpn And Lipids) insulin labetalol (trandate) lidocaine lorazepam (ativan) magnesium Sulfate mannitol zoll X Series Critical Care Monitor Capabilities: continuous 12-lead Ekg Monitoring 2-temperature Monitoring automatic Blood Pressure capnography 2 Arterial Lines Monitoring midazolam (versed) milrinone (primacor) nicardipine (cardene) nitroglycerin (nitrostat, Nitro-dur, Nitro-bid) norepinephrine (levophed) octreotide (sandostatin) ondansetron (zofran) pantoprazole (protonix) phenylephrine (neo-synephrine) potassium Chloride propofol sodium Bicarbonate vasopressin (pitressin) tpa* (pending) i Hereby Confirm That _______________________________ Can Meet The Criterion For Critical Care Transports. (company Name) _____________________________________ ______________ signature Of Company Representative Date Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910 Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Michael.williams48@va.gov. All Information Submissions Should Be Received No Later Than 3:00 Pm Arizona Time On March 14, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date14 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Page 24 Of 24 this Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations To Eligible Beneficiaries That Use The Southern Arizona Va Healthcare System (savahcs) Located At 3601 S. 6th Avenue, 85723. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Materials, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: note: All Interested Parties Must Apply And Be Approved For An Arizona Department Of Health Services Certificate Of Necessity (con) For The Geographic Service Area Stated On This Notice And Level Of Service Required, A 180-day Process (non-va) That Must Be Approved Prior To The Response Date Stated On The Solicitation. If The Government Does Not Receive An Approved Con From Any Offeror, The Requirement Will Be Set-aside For The Next Socio-economic Group Or Be Solicited As Full And Open Competition. critical Care Transport Services Became Regulated In Arizona On January 1, 2025, And Is Not Expected To Be Fully Implemented Until January 1, 2026. Draft Performance Work Statement Draft Title: Ground Ambulance Services (southern Arizona Va Healthcare System Con 120) Visn 22/station 678/naics 62190 purpose: The Southern Arizona Va Healthcare System (savahcs), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Specialty Care Transport (sct) Or Critical Care Transport (cct) Services (as Cct Becomes Available). 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. background: Savahcs Main Campus, Located At 3601 S. 6th Avenue, Tucson, Arizona 85723 And Its Seven (7) Associated Community Base Outpatient Clinics Serve Over 170,000 Veterans Residing In The Pima, Cochise, And Yuma County Area. The Hospital Has 255 Inpatient Beds And Receives Approximately 16,722 Inpatient Admissions And 759,599 Outpatient Visits A Year. Veterans Served By This Contract Live Within The County And Zip Codes Listed In Paragraph 5.2.6. acronyms als Advanced Life Support aod Administrative Officers Of The Day bls Basic Life Support cct Critical Care Transport cctp Critical Care Transport Paramedic ccemtp Critical Care Emergency Medical Transport co Contracting Officer cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor emt Emergency Medical Technician iaw In Accordance With oo Ordering Officer pws Performance Work Statement qasp Quality Assurance Surveillance Plan qc Quality Control Plan tb Tuberculosis tjc The Joint Commission vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Savahcs Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Meet All State Requirements. Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Savahcs. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Savahcs. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Savahcs Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Specialty Care Transport (sct) Or Critical Care Transport (cct) Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Including Specialty Care And Critical Care Transport, If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety. be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years: have Not Had A Driver S License Canceled Or Suspended. have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance. have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests. receive, Use, And Ensure The Use Of The Vendor Pass By The Driver. submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission (see Note Below). the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number date Of Service (to Include Box 24 A-j) authorization Number(s) pick-up And Drop-off Location Of The Patient base Rate name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported. date Of Birth And Sex diagnosis Codes Or Nature Of Illness Or Injury documentation Of Circumstances When Billing For Waiting Time any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc. va Authorizing Official S Name healthcare Procedure Coding System/national Level Ii (hcpcs) unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Savahcs Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. savahcs Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Savahcs Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests: contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor) ordering Officers (oo) beneficiary Travel Office Staff the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information: mode Of Transportation Required, required Time Of Arrival name Of The Beneficiary, pick-up And Delivery Point, type And Number Of Additional Medical Care Specialists Required, type Of Equipment Required, last Four Of The Patient's Social Security Number, And any Other Special Instructions for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls And Als Transports. One Of These Simultaneous Transports May Require Cct Capability. If Savahcs Requires Ambulance Services Exceeding Two (2) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To One (1) Transport(s) Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. non-emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Transportation Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Savahcs And Associated Cboc Locations; The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Savahcs, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At The Main Facility Or Associated Cboc Locations: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. scheduled Va Initiated Appointment Pick-up Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Trips (scheduled) In Which The Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. a No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Transportation Requests (unscheduled) Out Of Savahcs Only The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At Savahcs Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Savahcs Emergency Department Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And Transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For The Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur: unloaded Mileage Exceeds 75 Miles. the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following: contractor Name contract Number current Purchase Order Number date Of Service total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.) an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service.  under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. period & Place Of Performance this Contract S Ordering Period Shall Be Effective From Date Of Award Through September 30, 2029. the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following: southern Arizona Va Healthcare System Located At 3601 S. 6th Avenue, Arizona 85723. southern Arizona Va Healthcare System S Community-based Outpatient Clinics (cbocs): facility Address southern Arizona Va Healthcare System 3601 S. 6th Ave., Tucson, Az 85723 yuma Clinic 3111 S. 4th Ave, Yuma, Az 85364 casa Grande Clinic 1876 E. Sabin Dr., Casa Grande, Az 85122 northwest Clinic 3920 W. Linda Vista Blvd, Tucson, Az 85742 green Valley Clinic 380 W. Vista Hermosa Dr., Green Valley 85614 southeast Clinic 7395 S. Houghton Rd, Tucson, Az 85747 safford Clinic 355 N. 8th Ave, Safford, Az 85546 sierra Vista Clinic 101 N. Coronado Dr, Sierra Vista, Az 85635 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facility address phoenix Va Health Care System 650 E. Indian School Road, Phoenix, Az 85012 northern Arizona Va Health Care System 500 Highway 89n, Prescott, Az 86313 veteran S Residences. local Airports: tucson International Airport 7250 S. Tucson Blvd. Tucson, Az 85756 Zip Codes Include But Not Limited To: cochise County 85602 85603 85605 85606 85607 85608 85609 85610 85613 85615 85616 85617 85620 85625 85626 85627 85630 85630 85632 85635 85636 85638 85643 85644 85650 85655 85670 quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 2 Simultaneous Transports In Accordance With Pws 4.5.1.6). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The Contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task pws reference standard acceptable Quality Level method Of Surveillance provide On- Time Ambulance services section 4.5.1.8.3 scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled orders 97% customer Feedback incident Reporting section 4.8 the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day. 97% customer Feedback invoice Reports section 4.9 provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws 95% 100% Inspection of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Amendment. contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates 9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Are Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory Limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low risk. background Investigation - The Level Of Background Investigation Commensurate With The required Level Of Access For This Contract Is National Agency Check With Written Inquiries. contractor Responsibilities: the Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. the Contractor Shall Submit Or Have Their Employees Submit To The Cor Completed Background Investigation Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Contract Award. the Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The State Of Arizona, Department Of Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars) required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/ or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist southern Arizona Va Healthcare System (savahcs) contract: Ground Ambulance date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: savahcs location: Bldg. Post ss performance Objective pws Para performance Threshold method Of Surveillance met not Met remarks ss 1 the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1 95% Compliance 100% Surveillance Of Each Patient Pick-up. ss 2 the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3 95% Compliance 100% surveillance ss3 the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3 95% Compliance 100% surveillance ss4 the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1 100% Compliance 100% surveillance ss5 have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1 100% Compliance 100% surveillance ss6 a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B 100% Compliance 100% surveillance attachment A specialty Care Transport (sct) Or Critical Care Transport (cct) Confirmation if A Transport Is Classified As A Critical Care Transport (cct) The Offeror Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient (listed Below), Up To And Including Specialty Care Transport (sct) Or Critical Care Transport (cct), If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. Prospective Offerors Must Sign And Return This Form Confirming They Can Meet These Criteria For Ccts Ordered Under This Contract. drug Supply List: Equipment List: acetylcysteine (acetadote, Mucomyst) Chest Tubes amiodarone (cordarone) Portable Mechanical Vents; Including antibiotics Cpap. blood And Blood Products All Vads diltiazem (cardizem) Cvp Lines dobutamine Swan-fanz Line dopamine Smart Pump Capability: Up To 6 Iv Drips *any Pump(s) Capable For Up To And Including 6 Infusion Lines Or Iv Drips As Required By The Patient. If The Pumps Are Not Compatible With Va Supplied Iv Tubing, The Contracted Ambulance Would Need To Provide Their Own Tubing And Be Able To Switch The Tubing Over Prior To Transport. * fentanyl (sublimaze) furosemide (lasix) heparin hyperalimentation (tpn And Lipids) insulin labetalol (trandate) lidocaine lorazepam (ativan) magnesium Sulfate mannitol zoll X Series Critical Care Monitor Capabilities: continuous 12-lead Ekg Monitoring 2-temperature Monitoring automatic Blood Pressure capnography 2 Arterial Lines Monitoring midazolam (versed) milrinone (primacor) nicardipine (cardene) nitroglycerin (nitrostat, Nitro-dur, Nitro-bid) norepinephrine (levophed) octreotide (sandostatin) ondansetron (zofran) pantoprazole (protonix) phenylephrine (neo-synephrine) potassium Chloride propofol sodium Bicarbonate vasopressin (pitressin) tpa* (pending) i Hereby Confirm That _______________________________ Can Meet The Criterion For Critical Care Transports. (company Name) _____________________________________ ______________ signature Of Company Representative Date Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910 Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Michael.williams48@va.gov. All Information Submissions Should Be Received No Later Than 3:00 Pm Arizona Time On March 14, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date14 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Page 24 Of 24 this Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations To Eligible Beneficiaries That Use The Southern Arizona Va Healthcare System (savahcs) Located At 3601 S. 6th Avenue, 85723. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Materials, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: note: All Interested Parties Must Apply And Be Approved For An Arizona Department Of Health Services Certificate Of Necessity (con) For The Geographic Service Area Stated On This Notice And Level Of Service Required, A 180-day Process (non-va) That Must Be Approved Prior To The Response Date Stated On The Solicitation. If The Government Does Not Receive An Approved Con From Any Offeror, The Requirement Will Be Set-aside For The Next Socio-economic Group Or Be Solicited As Full And Open Competition. critical Care Transport Services Became Regulated In Arizona On January 1, 2025, And Is Not Expected To Be Fully Implemented Until January 1, 2026. Draft Performance Work Statement Draft Title: Ground Ambulance Services (southern Arizona Va Healthcare System Con 54) Visn 22/station 678/naics 62190 purpose: The Southern Arizona Va Healthcare System (savahcs), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Specialty Care Transport (sct) Or Critical Care Transport (cct) Services (as Cct Services Become Available). 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. background: Savahcs Main Campus, Located At 3601 S. 6th Avenue, Tucson, Arizona 85723 And Its Seven (7) Associated Community Base Outpatient Clinics Serve Over 170,000 Veterans In The Pima, Cochise, And Yuma County Area. The Hospital Has 255 Inpatient Beds And Receives Approximately 16,722 Inpatient Admissions And 759,599 Outpatient Visits A Year. Veterans Served By This Contract Live Within The County And Zip Codes Listed In Paragraph 5.2.6. acronyms als Advanced Life Support aod Administrative Officers Of The Day bls Basic Life Support cct Critical Care Transport cctp Critical Care Transport Paramedic ccemtp Critical Care Emergency Medical Transport co Contracting Officer cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor emt Emergency Medical Technician iaw In Accordance With oo Ordering Officer pws Performance Work Statement qasp Quality Assurance Surveillance Plan qc Quality Control Plan tb Tuberculosis tjc The Joint Commission vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Savahcs Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Meet All State Requirements. Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Savahcs. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Savahcs. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If They Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Savahcs Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Specialty Care Transport (sct) Or Critical Care Transport (cct) Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Including Specialty Care And Critical Care Transport, If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To The Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety. be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years: have Not Had A Driver S License Canceled Or Suspended. have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance. have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven. have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests. receive, Use, And Ensure The Use Of The Vendor Pass By The Driver. submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission (see Note Below). the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number date Of Service (to Include Box 24 A-j) authorization Number(s) pick-up And Drop-off Location Of The Patient base Rate name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported. date Of Birth And Sex diagnosis Codes Or Nature Of Illness Or Injury documentation Of Circumstances When Billing For Waiting Time any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc. va Authorizing Official S Name healthcare Procedure Coding System/national Level Ii (hcpcs) unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. A Modification Will Be Provided With The Start Date And Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Savahcs Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. savahcs Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. savahcs Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests: contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor) ordering Officers (oo) beneficiary Travel Office Staff the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information: mode Of Transportation Required, required Time Of Arrival name Of The Beneficiary, pick-up And Delivery Point, type And Number Of Additional Medical Care Specialists Required, type Of Equipment Required, last Four Of The Patient's Social Security Number, And any Other Special Instructions for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls And Als Transports. One Of These Simultaneous Transports May Require Cct Capability. If Savahcs Requires Ambulance Services Exceeding Two (2) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Two (2) Transport(s) Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. non-emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Transportation Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Savahcs And Associated Cboc Locations; The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Savahcs, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At The Main Facility Or Associated Cboc Locations: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. scheduled Va Initiated Appointment Pick-up Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Trips (scheduled) In Which The Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. a No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Transportation Requests (unscheduled) Out Of Savahcs Only The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At Savahcs Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Savahcs Emergency Department Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And Transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For The Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur: unloaded Mileage Exceeds 75 Miles. the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following: contractor Name contract Number current Purchase Order Number date Of Service total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.) an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service.  under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. period & Place Of Performance this Contract S Ordering Period Shall Be Effective From Date Of Award Through September 30, 2030. the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following: southern Arizona Va Healthcare System Located At 3601 S. 6th Avenue, Arizona 85723. southern Arizona Va Healthcare System S Community-based Outpatient Clinics (cbocs): facility Address southern Arizona Va Healthcare System 3601 S. 6th Ave., Tucson, Az 85723 yuma Clinic 3111 S. 4th Ave, Yuma, Az 85364 casa Grande Clinic 1876 E. Sabin Dr., Casa Grande, Az 85122 northwest Clinic 3920 W. Linda Vista Blvd, Tucson, Az 85742 green Valley Clinic 380 W. Vista Hermosa Dr., Green Valley 85614 southeast Clinic 7395 S. Houghton Rd, Tucson, Az 85747 safford Clinic 355 N. 8th Ave, Safford, Az 85546 sierra Vista Clinic 101 N. Coronado Dr, Sierra Vista, Az 85635 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facility address phoenix Va Health Care System 650 E. Indian School Road, Phoenix, Az 85012 northern Arizona Va Health Care System 500 Highway 89n, Prescott, Az 86313 veteran S Residences. local Airports: tucson International Airport 7250 S. Tucson Blvd. Tucson, Az 85756 zip Codes Include But Not Limited To: pima County 85341 85601 85614 86619 86622 856629 85633 85634 85639 85641 85645 85652 85653 85654 85658 85701 85702 85703 85704 85705 85706 85707 85708 85709 85710 85711 85712 85713 85714 85715 85716 85718 85719 85721 85723 85724 85725 85726 85728 85730 85731 85732 85733 85734 85735 85736 85737 85738 85739 85740 85741 85742 85843 85744 85745 85746 85747 85748 85749 85750 85751 85752 85754 85755 85755 85756 85757 85775 quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 2 Simultaneous Transports In Accordance With Pws 4.5.1.6). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task pws reference standard acceptable Quality Level method Of Surveillance provide On- Time Ambulance services section 4.5.1.8.3 scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled orders 97% customer Feedback incident Reporting section 4.8 the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day. 97% customer Feedback invoice Reports section 4.9 provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws 95% 100% Inspection of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Amendment. contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates 9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Are Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved, Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low risk. background Investigation - The Level Of Background Investigation Commensurate With The required Level Of Access For This Contract Is National Agency Check With Written Inquiries. contractor Responsibilities: the Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. the Contractor Shall Submit Or Have Their Employees Submit To The Cor Completed Background Investigation Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Contract Award. the Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The State Of Arizona, Department Of Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars) required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/ Or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist southern Arizona Va Healthcare System (savahcs) contract: Ground Ambulance date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: savahcs location: Bldg. Post ss performance Objective pws Para performance Threshold method Of Surveillance met not Met remarks ss 1 the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1 95% Compliance 100% Surveillance Of Each Patient Pick-up. ss 2 the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3 95% Compliance 100% surveillance ss3 the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3 95% Compliance 100% surveillance ss4 the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1 100% Compliance 100% surveillance ss5 have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1 100% Compliance 100% surveillance ss6 a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B 100% Compliance 100% surveillance attachment A specialty Care Transport (sct) Or Critical Care Transport (cct) Confirmation if A Transport Is Classified As A Critical Care Transport (cct) The Offeror Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient (listed Below), Up To And Including Specialty Care Transport (sct) Or Critical Care Transport (cct), If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. Prospective Offerors Must Sign And Return This Form Confirming They Can Meet These Criteria For Ccts Ordered Under This Contract. drug Supply List: Equipment List: acetylcysteine (acetadote, Mucomyst) Chest Tubes amiodarone (cordarone) Portable Mechanical Vents; Including antibiotics Cpap. blood And Blood Products All Vads diltiazem (cardizem) Cvp Lines dobutamine Swan-fanz Line dopamine Smart Pump Capability: Up To 6 Iv Drips *any Pump(s) Capable For Up To And Including 6 Infusion Lines Or Iv Drips As Required By The Patient. If The Pumps Are Not Compatible With Va Supplied Iv Tubing, The Contracted Ambulance Would Need To Provide Their Own Tubing And Be Able To Switch The Tubing Over Prior To Transport. * fentanyl (sublimaze) furosemide (lasix) heparin hyperalimentation (tpn And Lipids) insulin labetalol (trandate) lidocaine lorazepam (ativan) magnesium Sulfate mannitol zoll X Series Critical Care Monitor Capabilities: continuous 12-lead Ekg Monitoring 2-temperature Monitoring automatic Blood Pressure capnography 2 Arterial Lines Monitoring midazolam (versed) milrinone (primacor) nicardipine (cardene) nitroglycerin (nitrostat, Nitro-dur, Nitro-bid) norepinephrine (levophed) octreotide (sandostatin) ondansetron (zofran) pantoprazole (protonix) phenylephrine (neo-synephrine) potassium Chloride propofol sodium Bicarbonate vasopressin (pitressin) tpa* (pending) i Hereby Confirm That _______________________________ Can Meet The Criterion For Critical Care Transports. (company Name) _____________________________________ ______________ signature Of Company Representative Date Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910 Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Michael.williams48@va.gov. All Information Submissions Should Be Received No Later Than 3:00 Pm Arizona Time On March 14, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date14 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: The Department Of Veterans Affairs (va), Network Contracting Office 20 (nco 20), Is Conducting Market Research On Behalf Of The Boise Va Medical Center To Identify Potential Contractors Capable Of Providing Medical-grade Liquid Bulk Oxygen, Rental Tanks And Ancillary Services To Va Medical Facilities And Clinics. the Portland Va Medical Center Is Comprised Of: portland Va Medical Center. vancouver Va Medical Center. astoria Va Clinic. fairview Va Clinic. hillsboro Va Clinic. loren R. Kaufman Va Clinic. newport Va Clinic portland Va Clinic robert D. Maxwell Department Of Veterans Affairs Clinic salem Va Clinic west Linn Va Clinic to Be Considered A Responsive And Potential Source, Interested Parties Shall Provide A Capabilities Statement Containing The Following Information: business Name, Address, Point Of Contact, Phone Number And Email Address. business Size, Type, And Sam Unique Identifier Number affirmation That The Vendor Is Capable Of Performing In Accordance With The Attached Statement Of Work. identify If You Are A Manufacturer Or Distributor Of Immunochemistry Instrumentation. if A Distributor, The Vendor Shall Provide Which Manufacturer(s) They Intend To Use Within Each Geographical Area. a Copy Of The Distribution Agreement They Hold With Each Manufacturer, Showing That They Are Authorized To Take Possession Of And Resell The Immunochemistry Instrumentation In Accordance With The Small Business Administration (sba) Non-manufacturer Rule (nmr). the Vendor Shall Provide Copies Of Government Licenses Appropriate To Do The Work Described In The Statement Of Work. additionally, Contractors Can Provide Feedback On The Attached Requirements Description, Which May Be Considered If A Solicitation Is Posted. provide The Requested Information To Hector Gonzalez At Hector.gonzalez1@va.gov Before 5:00 Pm Pst On April 11th, 2025. All Question Must Be Submitted In Writing, No Telephonic Inquiries Will Be Accepted. this Is A Sources-sought Notice Only. The Purpose Of This Notice Is To Obtain Information regarding The Availability And Capability Of Verified Sources To Include Qualified Sdvosb/vosb to Perform This Potential Requirement. Responses Received Will Assist The Government In determining The Appropriate Acquisition Strategy. The Government May Or May Not Issue A solicitation As A Result Of This Notice. There Is No Solicitation Available At This Time, And This Is Not a Request For Quotes. disclaimer This 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. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. statement Of Work scope: Provide The Va Portland Health Care System (vaporhcs) With An Immunoassay Instrument Capable Of Testing Samples For The Determination Of 25 Oh Vitamin D, Measles, Mumps, Rubella And Varicella Zoster Virus Immunity, Fecal Calprotectin, Cmv Igg/igm, Toxoplasma Igg/igm, M Tuberculosis Testing, And H. Pylori Ag Via Cost Per Test Contract. Vendor Will Provide Field Service Support. Vendor Will Also Supply Government With Sufficient Supplies, Reagents, Calibrators, Controls, And Training To Execute The Immunoassay Analyzer In The Performance Of The Proposed Test Menu Based On Estimated Patient Results Per Month. Equipment Is Defined Below. Vendor’s Proposal Shall Contain Items And Services That Meet Or Exceed The Following Capabilities: general Requirements: leased (cost Per Test) Equipment all Related Reagents, Controls, Calibrators, Consumables, And Supplies Required For Maintaining The Instrument And Performing The Tests Listed Above. all Necessary Service To Keep Equipment In Manufacturer's Operating Conditions, Both Preventive Maintenance And Emergency Repairs. training For Personnel Operating Equipment. advanced Customer Training. 1-year Base Contract Pop 08/01/2025- 07/31/2026. option Year 1 Pop 08/01/2026- 07/31/2027. option Year 2 Pop 08/01/2027- 07/31/2028. option Year 3 Pop 08/01/2028- 07/31/2029. option Year 4 Pop 08/01/2029- 07/31/2030. cost Per Test: parameters: The Calculation For Price And Quantity Of Reagents In The Annual List Included In The Contract As Based On An Estimated Annual Number Of Reportable Results Provided By The Government. The Quantities Of The Annual Supply Needs Are Supposed To Cover The Government As Long As The Government Performs Reportable Results In Compliance With The Following Parameters: numbers Of Actual Reportable Results Performed By The Government Are Within Ten Percent Of The Annual Estimated Reportable Results As Indicated By The Annual Supply List. use Of The Instrument Is In Accordance With Instrument Usage Information Provided By Government (primary, Back-up Or Alternate). test Volumes Are Determined By The Government. no More Than 10 Percent Repeats. two Levels Of Quality Control To Be Run A Minimum Of Every 12 Hours Of Testing, And As Required By The Manufacturer Every Test Day. calibrators For Periodic Calibration Checks And Demand To Validate Systems Following Major Repair Or Resolution Of Negative Quality Control Trends. adjustments: the Government And Vendor Will Conduct Ongoing Reviews No Less Than Every 6 Months To Monitor Contract Performance Against Agreed Upon Efficiencies, Operational Assumptions, And Product Utilization. the Vendor Will Notify The Government When Such Reviews Indicate An Adjustment To The Quarterly Standing Order Shipments May Be Required. The Government Will Cooperate With The Vendor In The Conduct Of The Reviews. the Vendor, Their Personnel, And Their Sub-vendors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract.839.201 Contract Clause For Information And Technology Security. equipment: Vendor Will Provide 25 Oh Vitamin D, Fecal Calprotectin, And Measles, Mumps, Rubella Cmv, Toxoplasma, H. Pylori Ag, And Varicella Zoster Virus Immunity Cost Per Test Analyzer For Lease To Meet Vaporhcs Usage Needs. a. Removal: The Vendors Shall Un-install And Remove All Leased Equipment Under This Bpa From The Requesting Facility Upon The End Of The Awarded Term, If Not Renewed. Equipment Shall Be Removed Within 30 Days Of Request. Vendor To Provide Decontamination/preparation Of Equipment To Be Removed. Provide Certification For Removal Of Equipment Being Replaced. i. All Electronic Storage Media Used On The Leased Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization. ii. Equipment Shall Be Considered Removed Upon A Va Employee Certification That The Equipment And All Accessories Have Been Taken By An Employee Of The Vendor And There Is No Disruption And /or Damage To The Surrounding Area. iii. The Vendor Shall Maintain A Record Of Removal To Include: Location, Model Number, Serial Number, And Date Of Removal. b. Equipment Requirements: Vendor Shall Provide Cost Per Test Analyzer That Meets The Following Requirements: instrument Shall Be Able To Perform 100% Of The Tests Listed Below On A Single Fully Automated Chemiluminescence Platform: 25 Oh Vitamin D fecal Calprotectin measles, Igg mumps, Igg rubella, Igg varicella Zoster Virus, Igg cmv Igg cmv Igm toxoplasma Igg toxoplasma Igm h. Pylori Ag m. Tuberculosis Testing Using Igra Methodology. instrument Testing Menu To Include For Future Testing: lyme Total Antibody lyme Igg lyme Igm hsv-1 Igg hsv-2 Igg ebv Igm vca Igg ebna Igg ea Igg 1,25 Dihydroxyvitamin D 1-84 Pth elastase-1 memed Bv walk Away Time Equal To Exceeds 5 Hours. instrument Must Be Existing Equipment On Site. equipment Have All Required Accessories Required To Perform Normal Duties, To Include But Not Limited To, Properly Programmed Printers And Monitors. the Analyzer Will Be Va Laboratory Information System (lis) Inter-faceable, And The Vendor Will Supply Lis Specifications And Assist With The Interface Connections. operation Of Software Uses Minimal Computer Strokes To Move From Testing To Reagent To Data Analysis Or/and Other Screens. time From Standby To Operation Processing Samples Is Less Than 3 Minutes. time Required For Routine Maintenance Activities Shall Take Less Than 30 Minutes Daily And Less Than 30 Minutes Weekly/monthly. no Required Utilities, Except Power system Shall Have A Minimum Throughput Of 200 Tests Per Hour. the System Shall Have The Ability For Auto-validation, Should The Facility Choose To Auto Validate Results. instrument Must Offer Limited To No Carryover From Sample To Sample To Reduce Interference. instrument Shall Allow Patient Sample To Be Used For Repeats Or Reruns On The Same Or Different Instrument. xv. All Tests Shall Be Fda Approved. uptime Guarantee/ Performance Penalty: Vendor Agrees That All Equipment provided Shall Be Operable And Available For Use No Less Than 98% Of Operational Time Per Month. Each Instrument At Site Shall Be Computed Separately. operational Time Is 24 Hours Per Day 7 Days A Week. downtime Is Defined As When The Vendor Is Not Able To Produce Clinically Acceptable Results On The System Monitor And Will Be Computed From The Time The Government Notified The Hotline During Normal Working Hours Until The Field Service Engineer Returns The Instrument To The Government And The Government Can Produce Acceptable Clinical Results. Scheduled Maintenance Is Excluded From Downtime. method Performance / Validation Requirements: the Contractor Shall Provide A Technical Representative To Assist With All Required Method Validation Studies. Method Performance/comparison Shall Be At The Expense Of The Contractor, And Include Linearity Material, Appropriate Controls, Calibrators, And Reagents, And Be Consistent With Current Clsi Guidelines And Related Documents, College Of American Pathologists (cap) Standards And Federal Regulations. All Studies Performed Will Be Appropriate For The Test Menu And Acceptable Sample Types, I.e., Serum And/or Plasma. All Studies Must Be Approved By The Local Laboratory Medicine Medical Director And Made Electronically Available. These Requirements Shall Be In Effect During Installation And Any Future Changes To The Test Menu And/or Method Updates. correlation Studies For Each Analyte. A Minimum Of 20 Samples Spanning The Reportable Range Shall Be Run By The Present And The Proposed Method. Contractor Shall Analyze Results And Provide Statistical Data To Support Acceptance Of The New Method For Above Studies. Statistics Shall Consist Of At Least Mean, Bias, Slope, Intercept, Correlation Coefficient, Roc Analysis. analytical Measurement Range (amr) Validation Shall Be Performed For Each Analyte To Validate The Reportable Range. The Material Must Have Values, Which Are Near The Low, Mid, And High Values Of The Amr And Be Of Appropriate Matrix For The Clinical Specimens Assayed By That Method. A Minimum 5-point Linearity Analysis That Adheres To The Beer-lambert Law And Spans The Entire Range Shall Be Performed As A Minimum. precision Study Using Normal And Abnormal Control Material. This Shall Include, At A Minimum, Within Run Precision Study Of 20 Normal And 20 Abnormal Vendor Provided Controls. sensitivity May Be Validated Concurrently With Correlation Studies. Mathematical Calculations To Determine Efficiency, Sensitivity, False Positive Rate, And False Negative Rate Are Applied. specificity Studies. A Review Of Product Literature And Assay Inserts To Determine Any Adverse Effects For Increased Bilirubin, Hemolysis, Lipemia, Or Other Interfering Substances. carryover Studies Shall Be Completed By The Contractor, If Required. These Studies Shall Be Performed Using Either Contractor Developed Program(s) Or Program(s) Developed By A Third Party (cap/clsi). maintenance And Repairs: vendor Shall Provide Preventative And Corrective Maintenance Per Manufacturer's Recommendation. This Shall Include Software Upgrades And Parts And Labor, To Maintain All Equipment And Accessories. vendor Will Furnish All Transportation, Equipment, Tools, And Labor To Accomplish The Required Maintenance. emergency Repairs Shall Be Performed After Initial Telephone Notification That The Equipment Is Inoperative. The Field Service Representative Will Call To Schedule Onsite Service Within 2 Hours Of Notification From Technical Assistance Hotline If Necessary. The Vendor Shall Provide The Government With A Designated Point Of Contact And Telephone Number And Shall Make Arrangements To Enable His Maintenance Representative To Receive Such Notification. telephone Service Support Shall Be Available 24 Hours/day, 7days A Week. Onsite Field service Support Shall Be Available Monday- Friday 8am- 4:30 Pm. Onsite Repairs Shall Be investigated Within 24 Hours Of First Notification From Technical Hotline To Field Service Engineer. efforts Shall Be Made By The Vendor To Minimize Disruption To Governments And Employees (i.e., Reschedule If Work Interferes With Normal Operation, Access Equipment When Convenient To The Needs Of The Va, Etc.) Vendor Shall Maintain Cleanliness Of Work Area And Minimize Dust And Contaminants To Areas Adjacent To The Job Site. vendor Shall Furnish A Malfunction Incident Report To The Installation Upon Completion Of Repair Call Within 2 Business Days After The Completion Of Work. The Report Shall Include As A Minimum The Following: date And Time Notified. date And Time Of Arrival. serial Number, Type, And Model Number(s) Of Equipment. time Spent For Repair. description Of Malfunction And Repair. proof Of Repair That Included Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. time Repair Complete. the Vendor Shall Treat Each Notification For An Emergency/repair Service Call Form The Government As A Separate And New Service Call. the Following Are Guaranteed Throughout The Life Of This Bpa: priority Scheduling Of Requests For Service. unlimited Emergency Service. No Charges For Labor, Travel, Or Any Other Related Expenses. unlimited Parts. No Charge For Replacement Parts Which Become Marginal Or Defective Due To Normal Use During Agreement Period. Iv. Factory Authorized Product Updates And Modifications. Installed At No Additional Charge For Improved Product Performance And Reliability. factory Trained And Authorized Service Engineers. Continual Upgrading And Certification Of Engineers In Latest Instrument Technology. training: With The Exception Of Specific Training Requirements Stated Herein, Which Shall Have Precedence; Vendor Shall Provide "operator" Training In Accordance With The Terms, Conditions, And Provisions Of The Vendor's Existing Federal Supply Service Contract. Listed Below Are The Training Requirements: the Vendor Shall Have An On-going Training Program For Vaporhcs Employees By The Technical Service Representatives On Any New Products Or Updates On The Product Lines. All Materials For Training Will Be Provided At No Additional Cost To The Government. the Vendor Will Provide Competency Assessment Protocols For Use At Each Site Consistent With Federal Clia And Cap Training Requirements. the Vendor Will Provide Advanced Customer Training. reagents, Controls And Supplies: reagents, Controls, And Supplies (disposables) For Testing (except For M. Tuberculosis Testing) Shall Be Provided By The Vendor And Shall Adhere To The Following Requirements. reagent Shelf Life Shall Be No Less Than 12 Months. on Board Stability Of Reagents Shall Be At Least 30 Days. reagents Are Marked For Easy Recognition By The Operator And Shall Contain The Appropriate Facility Purchase Order Number In The Delivery Address. vendor Will Supply A List Of Reagents, Calibrators, Controls, And Disposables That Will Be Shipped As Part Of The Standing Order. delivery Shall Be Within Four (4) Business Days Of The Date Indicated On The Standing Order. vendor Will Provide Sufficient Reagents, Calibrators, Controls, And Supplies For Performance Of Patient Results For Vaporhcs. additional Reagents, Calibrators, Controls, And Supplies May Be Ordered To Meet The Demands Of Patient Testing. Orders Shall Be Considered Late If Not Received By The Government Within Seven (7) Business Days Of The Date Ordered. vendor Shall Supply All Changes To The Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes And Shall Be Coordinated With The Va Facility Points Of Contact To Implement The Changes In Accordance With Manufacturer's Recommendations. the Vendor Will Be Responsible For The Following: Cost Per Test Program Reagents, Controls And Supplies: providing Reagents, Controls, Calibrators, And Supplies Required To Perform The Tests Listed Below At The Annual Volume Listed. 25 Oh Vitamin D 31,000 measles, Igg, 1,900 mumps, Igg, 1,900 rubella, Igg, 1,900 v. Varicella Zoster Virus, Igg, 1,900 vi. Calprotectin, 600 vii. Cmv Igg, 300 viii. Cmv Igm, 300 ix. H.pylori Ag, 500 x. Toxoplasma Igg, 200 xi. Toxoplasma Igm, 200 include, In The Contract, A Separate Table Listing All Reagents, Controls, Calibrators, And Supplies Including Shipping Charges For Quarterly Shipping Of Standing Orders. reagents, Controls, Calibrators, And Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. changes In Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes Will Be Approved By The Vendor In Accordance With Manufacturer's Recommendations. the Vendor Will Invoice The Government Following Each Order.
Closing Date11 Apr 2025
Tender AmountRefer Documents 

SURIGAO DEL NORTE STATE UNIVERSITY Tender

Education And Training Services
Philippines
Details: Description Reference No. Pr # 25-03-0352 Price Quotation Form (bid Form) Sealed Bids Shall Be Dropped In The Bidders Box On Or Before 2:00 P.m. April 7, 2025, Placed At The Office Of The Chairman Of The University Bac. Thereafter, The Bidder's Box Shall Be Sealed Until The Chairman Of The University Bac Declares The Opening Of The Bids. Item Qty. Unit Name Of Supplies/specification Abc/item Unit Price Total No. (item) Supply And Delivery Of Books For Del Carmen Campus 1 1 Pcs Essentials Of Purposive Communication 810.00 Caudilla 2023 2 1 Pcs Purposive Communication: A Modular Approach (rev. Ed.) 795.00 Ang 2023 3 1 Pcs Purposive Communication (rev. Ed.) 795.00 Zoleta 2023 4 1 Pcs Science, Technology And Society (2nd. Ed.) 655.00 Mcnamara 2022 5 1 Pcs Science, Technology & Society: An Evidence-driven Outcome-based Module (2nd. Ed.) 940.00 Quinto 2024 6 1 Pcs Science, Technology And Society 595.00 Tabotabo 2023 7 1 Pcs Science, Technology And Society (2nd. Ed.) 665.00 K.a. Aldea, Et.al 2022 8 1 Pcs Understanding The Self 750.00 Laforteza 2023 9 1 Pcs The Art Of Self Discovery: An Understanding The Self Workbook-textbook 895.00 Villanueva 2023 10 1 Pcs Understanding The Self: Developing Life Skills Obe Approached 795.00 Magalona 2023 11 1 Pcs Understanding The Self: An Outcomes Based Education Approach 500.00 Faustino, Wilfredo G. 2023 12 1 Pcs Ugat: Textbook In Readings In Philippine History 695.00 Salonga 2023 13 1 Pcs Readings In Philippine History 695.00 Bacolod 2023 14 1 Pcs Revisiting Readings In Philippine History 795.00 Baes 2023 15 1 Pcs Readings In Philippine History: Outcomes-based Module (2nd Ed.) 1,100.00 Asuncion 2022 16 1 Pcs The Readings In Philippine History 700.00 Martinez 2021 17 1 Pcs Mathematics In The Modern World (rev. Ed.) 1,195.00 Sirug 2023 18 1 Pcs Mathematics In The Modern World (2nd Ed.) 1,225.00 Baltazar 2023 19 1 Pcs Mathematics In The Modern World 895.00 Ogoy 2023 20 1 Pcs Mathematics In The Modern World: Outcomes-based Module (2nd Ed.) 1,135.00 Earnhart & Adina 2022 21 1 Pcs Essential Mathematics In The Modern World (3rd Ed.) 1,135.00 Nocon 2024 22 1 Pcs The Contemporary World (2nd Ed.) 750.00 Claudio Y & Abinales 2022 23 1 Pcs The Contemporary World 450.00 Acero, Allegro C. 2023 24 1 Pcs The Contemporary World 895.00 Mananay, Sanchez, Sumalinog Et Al 2024 25 1 Pcs The Contemporary World 895.00 Martinez 2023 26 1 Pcs The Contemporary World (1st Ed.) 940.00 Cruz 2023 27 1 Pcs Art Appreciation 895.00 Etm Solmerano 2023 28 1 Pcs Art Appreciation 700.00 Wilson Panisan 2023 29 1 Pcs Art Appreciation 695.00 Sanchez 2023 30 1 Pcs Art Appreciation 700.00 Jerlyn Balones 2022 31 1 Pcs Modular Approach To Art Appreciation 700.00 Inocian, Reynaldo B. 2021 32 1 Pcs The Life And Works Of Jose Rizal 595.00 Balili 2023 33 1 Pcs The Life And Works Of Rizal Outcomes-based Module (1st Ed.) 800.00 Espina-clemente 2023 34 1 Pcs The Life And Works Of Jose Rizal 795.00 Sanchez 2024 35 1 Pcs Ethics (2nd Ed.) 940.00 Pasco, Suarez, & Rodriguez 2023 36 1 Pcs Ethics (2nd Ed.) 695.00 Bacolod 2023 37 1 Pcs Fundamentals Of Ethics (2nd Ed.) 750.00 Carino 2023 38 1 Pcs Introduction To Ethics 795.00 Umali, Et.al 2023 39 1 Pcs Ethics For The New Ge Curriculum 750.00 Fernandez 2023 40 1 Pcs Gender And Society 995.00 Bacolod 2024 41 1 Pcs Gender And Society 695.00 Martinez 2023 42 1 Pcs Exploring Gender And Society 760.00 Ecoben 2023 43 1 Pcs Living In The Information Technology Era 1,150.00 Abante, Marmelo V. 2023 44 1 Pcs Living In The It Era 4,500.00 Kumar 2023 45 1 Pcs Succedding In Information Technology 1,200.00 Leonardich, Michael 2023 46 1 Pcs Epr: English Proficiency For Empowered Professionals 720.00 Santiliana Et.al 2023 47 1 Pcs Essential Grammar 3,020.00 Webb/giovanelli 2023 48 1 Pcs Teaching English, Language And Literacy 3,980.00 Wyse/wistaniey Et.al 2023 49 1 Pcs Environmental Science For All 595.00 Cobar 2022 50 1 Pcs Environmental Science Ge Elective Course 430.00 Tolentino, Jenina V. 2023 51 1 Pcs Physical Education 2: Beginners Dance Book 700.00 Domingo, John Paul R. 2023 52 1 Pcs Physical Education 4. Team Sport: Basketball And Volleyball 700.00 Domingo, John Paul R. 2023 53 1 Pcs Path Fit 1 Physical Activity Towards Health And Fitness 1: Health And Wellness Movement Educ. & Exercise Program 595.00 Punzalan 2023 54 1 Pcs Path Fit 2 Physical Activity Towards Health And Fitness 1: Rhythmic Dance And Social Activities 595.00 Punzalan 2023 55 1 Pcs Path Fit 3 Physical Activity Towards Health And Fitness 1. Menu Of Dance 595.00 Punzalan 2023 56 1 Pcs Path Fit 4 Physical Activity Towards Heafth And Fitness 1: Menu Of Sports 695.00 Punzalan 2024 57 1 Pcs Human Person Gearing Towards Social Development: Nstp-cwts 1 A Worktext For College Students (updated Ed.; 3rd Ed.) 760.00 Villasoto 2023 58 1 Pcs Service-learning A Immersion Towards Community Bldg: Nstp-cwts 2 A Worktext For College Students (updated Ed.; 3rd Ed.) 760.00 Villasoto 2023 59 1 Pcs Empowering The Youth For Nation Building Through Civic Welfare Training Service 1 795.00 Briones Et.al 2022 60 1 Pcs Promoting Community Change Through Civic Welfare Training Service 2 695.00 Briones 2024 61 1 Pcs Nstp Cwts 2: A Textbook For The New General Education Curriculum 795.00 Dela Cruz Et.al 2022 62 1 Pcs Nstp1 Understanding The National Service Training Program 813.00 Florida C. Labuguen, Et Al. 2023 63 1 Pcs A Course Module For National Service Training Program I 695.00 Ferrer 2023 64 1 Pcs A Course Module For National Service Training Program Ii 695.00 Ferrer 2024 65 1 Pcs Nstp1 Guide In Civic Welfare Training Service 795.00 Lonez 2023 66 1 Pcs Nstp2 Citizen Empowerment Towards Community Building 495.00 Santos 2023 67 1 Pcs Illustrated Handbook Of Agriculture Science And Technology 7,200.00 3g E-learning 2023 68 1 Pcs Agriculture: Science And Technology 4,625.00 Joseph 2022 69 1 Pcs Basics Of Organic Chemistry 4,193.00 3g E-learning 2024 70 1 Pcs Introduction To Animal Sciences 6,900.00 Williamson, T. 2023 71 1 Pcs Animal Science And Range Management 5,500.00 Saba, N. 2023 72 1 Pcs Sustainable Crop Production 5,120.00 Matthew Davidson 2024 73 1 Pcs Agronomy Principles A Practices Of Crop Production 6,195.00 Tan, D. 2024 74 1 Pcs Crop Protection 5,500.00 Singh, R.p. 2023 75 1 Pcs Principles Of Crop Protection 7,300.00 Mcdonald, D. 2023 76 1 Pcs Comprehensive Technology Book On Poultry And Dairy Industries 5,500.00 Selle, P. 2024 77 1 Pcs Study Of Recent Development In Livestock & Poultry Production 6,995.00 Vos, L. Re M. 2024 78 1 Pcs Elements Of Soil Conservation 4,495.00 Lyman, C. 2023 79 1 Pcs Sustainable Agriculture Management Of Soil Fertility 6,195.00 Balks, M. 2024 80 1 Pcs Use Of Biofertilizers And Biopesticides In Organic Farming 5,500.00 Mello, F. 2024 81 1 Pcs Organic Agriculture 4,893.00 Munroe, G. 2024 82 1 Pcs Basic Farm Machineries, Mechanization And Water Management 7,300.00 Hamilton, R. 2023 83 1 Pcs Principles Of Agricultural Extension And Communication 6.900.00 Wilkerson, K. 2023 84 1 Pcs Principles Of Agricultural Entrepreneurship And Enterprise Development 7,500.00 Beasley, J. 2023 85 1 Pcs Agriculture Genetics 5,493.00 Watkins, Reece 2024 86 1 Pcs Seed Technology 5,400.00 3g E-learning 2022 87 1 Environmental And Natural Resource Management With Dvd 5,400.00 3g E-learning 2023 88 1 Pcs Introduction To Agricultural Commodity Systems 7,300.00 Stevenson, D. 2023 89 1 Pcs Plant Physiology 3,993.00 Pragati 2024 90 1 Pcs Toxicology And Environmental Health 5,493.00 Higgins, Kaiden 2023 91 1 Pcs Animal Physiology 5,493.00 Armstrong, Arthur 2024 92 1 Pcs Microorganism Of Soil Substances 3,993.00 Hamon, Andre 2023 93 1 Pcs Agricultural Insect Pests And Their Control 3,993.00 Christie, Franz 2023 94 1 Pcs Agricultural Research & Productivity Growth 5,500.00 Darrick Wilderman 2024 95 1 Pcs Methods Of Agricultural Research 6,900.00 Woodard, A. 2023 96 1 Pcs Farming System 5,000.00 Ashoka, P. 2023 97 1 Pcs Crop Genetics And Breeding 3,493.00 Pratap, Narendra 2023 98 1 Pcs Computer Fundamentals 795.00 Revano 2023 99 1 Pcs Genera I Chemistry 2: Water, Oxygen, Carbon Dioxide Molecules Of Life 995.00 Reyes 2024 100 1 Pcs Land Policy And Farm Management In Agriculture 4,000.00 Brown, Felix 2023 101 1 Pcs Introductory Crop Science 5,293.00 Ingram, Lauren 2023 102 1 Pcs Crop Management, Integrated Farming And Pest Management 4,993.00 Gliessma, Ernesto R. 2024 103 1 Pcs Natural Products In Pest Management 3,993.00 Amar Singh Mounpria 2024 104 1 Pcs Genesis And Properties Of Soil 3,993.00 Wilde, Robert 2023 105 1 Pcs Fundamentals Of Soil Science (laboratory Manual On Soil Analysis) 1,693.00 Gautam, Mahendru Kumar 2023 106 1 Pcs Biochemistry The Molecular Basis Of Life 5,493.00 Luke Allen 2024 107 1 Pcs Fundamentals Of Biochemistry 5,493.00 Hawkins, Krish 2024 108 1 Pcs Plant Physiology And Biochemistry 5,493.00 Byrne, Frankie 2024 109 1 Pcs Textbook Of Agricultural Biotechnology 4,293.00 Tesla, Paterson 2023 110 1 Pcs Agricultural Biotechnology Issues Impacting Innovations 3,993.00 Tesla, Paterson 2023 111 1 Pcs Animal Anatomy And Physiology 5,493.00 Reuben Tidwell 2024 112 1 Pcs Animal Nutrition And Feeding 5,493.00 Matthews, Kay Den 2024 113 1 Pcs Poultry Farming 4,493.00 Dias, Robbie 2024 114 1 Pcs Commercial Poultry Production And Management 4,893.00 Ince, Jonathan 2024 115 1 Pcs Introduction To Swine Raising 493.00 Loreto 2021 116 1 Pcs Handbook Of Plant And Crop Physiology 3,993.00 Gulgul Tyagi 2024 117 1 Pcs Principles And Practices Of Plant Breeding, Plant Propagation And Nursery Management 5,493.00 Davidson, Matthew 2024 118 1 Pcs Plant Breeding 5,293.00 Sterling, Kevin 2023 119 1 Pcs Agricultural Extension Impact & Assessment 2,993.00 Singh, Ak 2023 120 1 Pcs Home Economics Literacy 655.00 Delos Reyes, C. 2020 121 1 Pcs Introduction To Information Technology And Computer Fundamentals (2nd Ed.) 903.00 Besueña, Pomperada 2023 122 1 Pcs Journal 3,700.00 Agriculture(2024) 12 Issues 123 1 Pcs Teach Yourself Electricity And Electronics 2,393.00 Gibilisco, Stan 2023 124 1 Pcs Fundamental Electrical And Electronic Principles 5,893.00 Jo Verhaevert 2024 125 1 Pcs Basic Electronics, Hb„hb 4,000.00 Kumar, Sarvendra 2024 126 1 Pcs Electricity, Magnetism And Electronics, Hb„hb 4,000.00 Arya, Raju 2023 127 1 Pcs Basics Of Circuits 4,750.00 3g E-learning 2024 128 1 Pcs Electric Circuits, Hb„hb 4,500.00 Zode, Piyusho 2024 129 1 Pcs Dc/ac Electrical Fundamentals„hb 14,024.00 Dale R. Patrick 2022 130 1 Pcs Installation Commissioning And Maintainance Of Electrical Equipment 2,093.00 Singh, Tarlok 2020 131 1 Pcs Woodworking For Dummies,2e,pb 2,876.00 Jeff Strong 2023 132 1 Pcs Welding Basics, Pb„pb 3,950.00 3g E-learning 2024 Please Take Note Of The Following Instruction: 1. Total Abc = Php 378,884.00 2. The Total Stated Abc (approved Budget For The Contract) Must Not Be Exceeded In Your Quotation. 3. Interested Bidders Must Be Registered On Philgeps (philippine Government Electronic Procurement System). 4. Interested Bidders Must Provide An Omnibus Sworn Statement Following The Prescribed Format Of Philgeps. 5. Please Indicate The Brand Of The Item Quoted And Attach A Brochure Of The Product Offered, If Possible. 6. Physical Submission Of Quotations Should Be Dropped In The Bidding Box Located Within The Bac (bids And Awards Committee) Office. Quotations With Erasures That Are Not Sealed And Signed In An Envelope Will Not Be Accepted. Please Attach Copies Of Your Business Permit And Tax Clearance. 7. Online Submission Of Quotations Should Be Sent To Snsubac@gmail.com, The Official Email Of Snsu Bac. Please Attach Copies Of Your Business Permit And Tax Clearance. Delivery Period: Within Ten (10) Working Days With Five (5) Working Days Extension From Receipt Of Approved Purchase Order. The Surigao Del Norte State University Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Jonas Robert L. Miranda Bac Chairperson Name Of Establishment: ____________________________ Signature Of Authorized Representative: _________________________
Closing Date7 Apr 2025
Tender AmountPHP 378.8 K (USD 6.6 K)

Municipality Of Pangantucan, Bukidnon Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Pangantucan Tin 099-000-631-170 Office Of The Municipal Mayor Bids And Awards Committee (bac) Cell # 09555548248 Email Us: Munpangantucanbukidnon@yahoo.com Or Visit Www.philgeps.net Invitation To Bid For Itb No. 2025-03-003 The Local Government Unit – Pangantucan, Bukidnon Through The Bids And Awards Committee (bac) Now Invites Bids For The Herein Mentioned Project: Name Of Project : Purchase Of Medicines& Medical Supplies 1st Quarter Location : Pangantucan, Bukidnon Approved Budget For The Contract : Php 970,975.00 Contract Duration : Delivery Period : 60 Calendar Days Brief Description : Item No. Description Unit Quantity Unit Price Amount Purchase Of Medicines & Medical Supplies 1st Quarter Healthy Lifestyle Maintenance Medicines 1 Aspirin 80mg Tablet 100's/box Box 10 2 Amlodipine 5mg Tablet 100's/box Box 350 3 Amlodipine 10mg Tablet 100's/box Box 50 4 Enalapril 5mg Tablet 100's/box Box 5 5 Losartan 50mg Tablet 100's/box Box 1000 6 Losartan 100mg Tablet 100's/box Box 25 7 Gliclazide 30mg Tablet 100's/box Box 75 8 Metformin 500mg Tablet 100's/box Box 300 9 Simvastatin 20mg Tablet 100's/box Box 50 10 Fluticasone+salmeterol 250mcg+25mcg 120 Actuations Metered Pcs 12 Campola 11 Cotrimoxazole 400mg/80mg 60ml Bot 6 12 Cotrimoxazole 960mg Tablet 100's/box Box 1 13 Amoxicillin 250mg/5ml Suspension Bot 10 14 Amoxicillin 500mg Capsule 100's/box Box 5 15 Mefenamic Acid 500mg Capsule 100's/box Box 5 16 Paracetamol 250mg/5ml Syrup 60ml Bot 28 17 Paracetamol 500mg Tablet 100's/box Box 10 18 Ors Sachet 100 19 Lagundi 600mg Tablet 100's/box Box 10 20 Lagundi 300mg/5ml Syrup 60ml Bot 50 Maternal Health Medicines And Supplementation 21 Epinephrine Hcl 1mg/ml Injection 1ml Amp 10 22 Hydralazine Hcl 20mg/ml Injection Amp 10 23 Co-amoxiclav 500mg+125mg Tablet Tab 1750 24 Cefuroxime 500mg Tablet Tab 1750 25 Calcium Gluconate 10% Injection 10ml Amp 10 26 Magnesium Sulfate 250mg/ml Injection 20ml Vial 25 27 D5lr 1l Bot 100 28 Pnss 1l Bot 36 Child Health And Nutrition Program 29 Paracetamol 250mg/5ml Syrup 60ml Bot 625 30 Paracetamol 50mg/ml Drops 15ml Bot 144 31 Amoxicillin 250mg/5ml Suspension Bot 750 32 Co-amoxciclav 228.5mg/5ml 70ml Bot 75 33 Co-amoxciclav 457mg/5ml 70ml Bot 75 34 Erythromycin 200mg Suspension 60ml Bot 24 35 Cetirizine 5mg/5ml Syrup 60ml Bot 250 36 Cetirizine 2.5mg/ml Drops 15ml Bot 144 37 Chlorphenamine Maleate 2mg/5ml Syrup 60ml Bot 144 38 Lagundi 300mg/5ml Syrup 60ml Bot 500 39 Ascorbic Acid Syrup 60ml Bot 125 40 Ferrous Sulfate Drops 15ml Bot 75 41 Ferrous Sulfate Syrup 60ml Bot 75 42 Multivitamins Syrup 6.0ml Bot 100 43 Zinc Sulfate Syrup 60ml Bot 144 44 Ors Sachet 500 45 Silver Sulfadiazine 1% Cream Jar Jar 1 46 Salbutamol Nebule 30's/box Box 20 E-konsulta 47 Lagundi 600mg Tablet 100's/box Box 100 48 Cetirizine 10mg Tablet 100's/box Box 50 49 Aluminum Magnesium 200mg Tab 100's/box Box 10 50 Omeprazole 40mg Capsule Cap 5 51 Dicycloverine 10mg Tablet 100's/box Box 5 52 Hyoscine 10mg Tablet 100's/box Box 4 53 Metronidazole 500mg Tablet 100's/box Box 5 54 Ibuprofen 400mg 100's/box Box 5 55 Mefenamic Acid 500mg Capsule 100's/box Box 25 56 Paracetamol 500mg Tablet 100's/box Box 200 57 Ascorbic Acid 500mg Tablet 100's/box Box 50 58 B-complex Tablet 100's/box Box 75 59 Multivitamins Capsule 100's/box Box 75 60 Cefalexin 500mg Capsule 100's/box Box 5 61 Ciprofloxacin 500mg Tablet 100's/box Box 5 62 Clarithromycin 500mg Tablet Tab 200 63 Cloxacillin 500mg Capsule 100's/box Box 10 64 Cotrimoxazole 960mg Tablet 100's/box Box 5 65 Erythromycin 500mg Tablet 100's/box Box 5 66 Nitrofurantoin 100mg Capsule 100's/box Box 10 67 Sambong 500mg Tablet 100's/box Box 10 68 Prednisone 10mg Tablet 100's/box Box 5 69 Zinc Sulfate Tablet 100's/box Box 10 Dental Supplies 70 Dental Needle Short G27 100's/box Box 3 71 Dental Needle Long G27 100's/box Box 2 72 Lidocaine+epineprine 20mg/ml (2%) 50's/box Box 15 Medical Supplies 73 Gauze Roll 24 X 28 (2ply) Roll 10 74 Absorbent Cotton 400gms Roll 10 75 Cord Clamp Brown Japan Box 2 76 Nebulizing Kit Pedia Pcs 50 77 Nebulizing Kit Adult Pcs 50 78 Venoset Macro Pcs 25 79 Surgical Gloves Size 7 & 7.5 Sterile 50's/box Box 25 80 Chlorine 70% Granules Drum 1 81 Disposable Gloves Small 50 Pairs/box (powder Free) Box 1 82 Egg Paper Roll 10 83 Foley Catheter F18 Siliconized Latex Pcs 10 84 Foley Catheter F16 Pcs 10 85 Urine Bag 2000ml Pcs 10 86 Isopropyl Alcohol 70% Gallon Gal 5 87 Oxygen Refill Unit 5 88 Tongue Depressor Box 5 Laboratory 89 Lugols Iodine 250ml Bot 1 90 Wbc Diluting Fluid 250ml Bot 1 91 Urine Strip 4's Pcs 10 92 Urine Strip 10's Pcs 10 93 Tourniquet Rubber Pcs 13 94 Capillary Tube 10 Bot/box/hematocrit Tube Box 1 95 Hematocrite Sealer (wax Plate) 10's/box Box 1 96 Stool Container 30ml Pcs 200 97 Pregnancy Test Kit Pcs 50 98 Hema Quick Srtain 250ml Kit 1 99 Grams Stain Kit 250ml Kit 1 100 10% Koh 250ml Bot 1 101 5% Acetic Acid 500ml Bot 1 102 Benedics Solution 500ml Bot 1 103 Isotanac 18l Pcs 3 104 Hemolynac 3n 3's/box Pcs 1 105 Cleanac Green 5l Pcs 1 106 Cleanac Violet 5l Pcs 1 107 Edta Micro Tube 0.5ml Pack 3 108 Edta Tube 2ml Pack 3 109 Red Top 2ml Pack 3 110 Conical Tube 1ml Pcs 50 111 Yellow Top Tube 2ml 100's Pack 2 112 Blood Chem Control Normal Level 1 Bot 1 113 Blood Chem Control Abnormal Level 2 Bot 1 114 Glucose Bot 1 115 Cholesterol Bot 1 116 Triglycerides Pc 1 117 Hdl Small Pc 1 118 Uric Acid Bot 1 119 Creatinine Bot 1 120 Sgpt Bot 1 121 Syphilis Kit 30's/box Box 3 122 Hbsag Kit 30's/box Box 3 123 Bun Liquid Bot 1 124 Aplicator Stick 6" 1000's/box Box 3 125 Acid Fast Bacilli Stain Kit 250ml Kit 1 126 Hba1c 25's/box Box 1 127 Giemsa Stain Kit 250ml Kit 1 128 Glucose Strip Sinocare 50's/boz Box 4 129 Ogtt 75gm/bot Bot 3 130 Needle G25 1' 100's/box Box 2 131 Scalp Vein Set G25/100's Per Box Pcs 1 132 Pyrex Test Tube 16 X 100mm # 9820 72's/box Box 2 Pbcc (medicines) 133 Ascorbic Acid 500 Mg Tab Pc 500 134 Citirizine Pc 200 135 Ferrous Sulfate Pc 400 136 Lagundi Tablet Pc 300 137 Mefenamic 500mg Capsule Pc 300 138 Multi-vitamins Pc 500 139 0resol Pc 600 140 Paracetamol 500mg Pc 800 141 Vitamin B-complex 500mg Pc 400 142 Zinc Vitamins Pc 100 143 Sambong Tab Pc 300 144 Metoclopramide Pc 100 Pbcc (medical Supplies) 145 Band-aid Pc 100 146 Betadine 60ml Pc 5 147 Blood Lancet (200's) Bag 1 148 Burn Ointment Pc 2 149 Clean Gloves Box 3 150 Hot Water Bag Pc 5 151 Hydrogen Peroxide 100ml Pc 3 152 Ice Bag Pc 5 153 Omega Pain Killer Liniment 60 Ml Pc 4 154 Padded Board Splint Kit Pc 1 155 Pregnancy Test Kit Box 2 156 Sterile Gauze Box 4 157 Strips For One Touch Select Box 5 158 Triangular Medical First-aid Bandage 42x42x60cm Pcs 5 Dep-ed South (medical, Dental And Laboratory Supplies) 159 Bp Apparatos Digital Pc 1 160 Thermogun Pc 1 161 Pulse Oximeter Pc 1 162 Ice Bag Pc 1 163 Hot Water Bag Pc 1 164 Bathroom Scale Analog Pc 1 165 Band Aid Box 2 166 Cotton Roll Roll 3 167 Sterile Gauze 4x4 Box 1 168 Tissue Forcep With Teeth Pcs 2 Dep-ed South (drugs And Medicines) 169 Paracetamol 250mg/5ml/syrup Bot 4 170 Cetirizine Syrup Bot 2 171 Zinc Sulfate Syrup Bot 3 172 Ascorbic Acid Syrup Bot 2 173 Ambroxal 30mg/5ml/syrup Bot 2 174 Hydrogen Peroxide Bot 1 175 Salbotamol 2mg/5ml/syrup Bot 1 176 Lagundi 300mg/5ml/syrup Bot 1 177 Vitamin B-complex Box 0.25 178 Multivitamins Capsule Box 0.25 179 Oresol Sachet Box 0.25 180 Sambong 500mg/tablet Box 0.25 181 Lagundi 600mg/tablet Box 0.25 182 Losartan 50mg/tablet Box 0.25 183 Captopril 25mg/tablet Box 0.25 184 Amlodipme 5mg/tablet Box 0.25 185 Carbocisteme Capsule Box 0.25 186 Lidocaine Bot 1 Total 970,975.00 Bidders Should Have Completed, Within One Year (1 Yr.) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail “criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Local Government Unit – Pangantucan, Bukidnon And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 5:00 Pm, Mondays To Fridays. The Complete Schedules Of Activities Are Listed, As Follows: Activities Schedule 1. Advertisement March 05 To March 11, 2025 2. Issuance Of Bid Documents March 05 To March 11, 2025 3. Opening Of Bids March 12, 2025 @ 1:30 P.m., Wednesday, @ Room 2 Right Side Municipal Gymnasium, Poblacion, Pangantucan, Bukidnon A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On The Above Schedule From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 1,000.00 Bids Must Be Delivered To The Address Below On The Above Schedule. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Of Stated In Itb. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Local Government Unit – Pangantucan, Bukidnon Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Their Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Antonia J. Rupinta Bac Secretariat Cell# 09555548248 Or Visit Www.philgeps.net Teodoro B. Quirante, Iii Bac Chairman Bid Form Date: March 12, 2025 Itb No: 2025-03-003 To: Local Government Unit Pangantucan, Bukidnon Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers 2025-03-003 The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer Purchase Of Medicines & Medical Supplies 1st Quarter. In Conformity With The Said Bidding Documents For The Sum Of Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of This Bidding Document. Dated This ________________ Day Of ________________, 2025 _______________________ __________________________ [signature Over Printed Name] [position] Duly Authorized To Sign Bid For And On Behalf Of ________ [name Of Establishment]
Closing Date12 Mar 2025
Tender AmountPHP 970.9 K (USD 16.9 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Page 24 Of 24 this Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations To Eligible Beneficiaries That Use The Phoenix Va Healthcare System (pvahcs) Located At 650 Indian School Road, Phoenix, Az 85012. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Materials, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: note: All Interested Parties Must Apply And Be Approved For An Arizona Department Of Health Services Certificate Of Necessity (con) For The Geographic Service Area Stated On This Notice And Level Of Service Required, A 180-day Process (non-va) That Must Be Approved Prior To The Response Date Stated On The Solicitation. If The Government Does Not Receive An Approved Con From Any Offeror, The Requirement Will Be Set-aside For The Next Socio-economic Group Or Be Solicited As Full And Open Competition. critical Care Transport Services Became Regulated In Arizona On January 1, 2025, And Is Not Expected To Be Fully Implemented Until January 1, 2026. Draft Performance Work Statement Draft Title: Ground Ambulance Services (phoenix Va Healthcare System Con 71) Visn 22/station 644/naics 621910. purpose: The Phoenix Va Healthcare System (pvahcs), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Specialty Care Transport (sct) Or Critical Care Transport (cct) Services (as Cct Becomes Available). 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. background: Pvahcs Main Campus, Located At 650 Indian School Road, Phoenix, Arizona 85012 And Its Thirteen (13) Associated Community Base Outpatient Clinics Serve Over 139,000 Veterans In The Phoenix Metropolitan, Maricopa, Navajo, And Gila County Areas. The Hospital Has 224 Inpatient Beds And Receives Approximately 10,849 Inpatient Admissions And 1,241,229 Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraph 5.2.6. acronyms als Advanced Life Support aod Administrative Officers Of The Day bls Basic Life Support cct Critical Care Transport cctp Critical Care Transport Paramedic ccemtp Critical Care Emergency Medical Transport co Contracting Officer cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor emt Emergency Medical Technician iaw In Accordance With oo Ordering Officer pws Performance Work Statement qasp Quality Assurance Surveillance Plan qc Quality Control Plan tb Tuberculosis tjc The Joint Commission vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Pvahcs Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Meet All State Requirements. Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Pvahcs. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Pvahcs. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If they Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Pvahcs Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Specialty Care Transport (sct) Or Critical Care Transport (cct) Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Including Specialty Care And Critical Care Transport, If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety. be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years: have Not Had A Driver S License Canceled Or Suspended. have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance. have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests. receive, Use, And Ensure The Use Of The Vendor Pass By The Driver. submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission (see Note Below). the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number date Of Service (to Include Box 24 A-j) authorization Number(s) pick-up And Drop-off Location Of The Patient base Rate name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported. date Of Birth And Sex diagnosis Codes Or Nature Of Illness Or Injury documentation Of Circumstances When Billing For Waiting Time any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc. va Authorizing Official S Name healthcare Procedure Coding System/national Level Ii (hcpcs) unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. A Modification Will Be Provided With The Start Date And Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Pvahcs Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. pvahcs Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing for Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Pvahcs Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests: contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor) ordering Officers (oo) beneficiary Travel Office Staff the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. all Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information: mode Of Transportation Required, required Time Of Arrival name Of The Beneficiary, pick-up And Delivery Point, type And Number Of Additional Medical Care Specialists Required, type Of Equipment Required, last Four Of The Patient's Social Security Number, And any Other Special Instructions For All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls And Als Transports. One Of These Simultaneous Transports May Require Cct Capability. If Pavahcs Requires Ambulance Services Exceeding Two (2) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Two (2) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. non-emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Transportation Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Pvahcs And Associated Cboc Locations; The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Pvahcs, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At The Main Facility Or Associated Cboc Locations: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. scheduled Va Initiated Appointment Pick-up Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Trips (scheduled) In Which The Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. a No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Transportation Requests (unscsheduled) Out Of Pvahcs Only The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At Pvahcs Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Pvahcs Emergency Department Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff nd Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For The Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The Nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur: unloaded Mileage Exceeds 75 Miles. the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following: contractor Name contract Number current Purchase Order Number date Of Service total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.) an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service.  under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. period & Place Of Performance this Contract S Ordering Period Shall Be Effective From Date Of Award Through September 30, 2030. the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following: phoenix Va Healthcare System Located At 650 East Indian School Road, Arizona 85012. phoenix Va Healthcare System S Community-based Outpatient Clinics (cbocs): Cboc Name Address pvahcs 32nd Street Clinic 400 North 32nd Street, Phoenix, Az 85008 northwest Va Clinic 13985 West Grand Ave., Surprise, Az 85295 ssgt Alexander W. Conrad Va Clinic (southeast) 3285 S. Val Vista Drive, Gilbert 85295 thunderbird Va Eye Clinic 9424 North 25th Ave., Phoenix, Az 85021 northeast Va Healthcare Clinic 11390 East Via Linda, Scottsdale, Az 85259 pvahcs Midtown Va Clinic 5040 North 15th Ave., Phoenix, Az 85015 southwest Va Clinic 9250 West Thomas Road, Phoenix, Az 85037 globe Ca Clinic 5860 Hospital Drive, Globe, Az 85501 show Low Va Clinic 5171 Cub Lake Road, Show Low, Az 85901 community Resource And Referral Center (crrc) 1500 East Thomas Road, Phoenix, Az 85014 fairmont Building 4001 North 3rd Street, Phoenix, Az 85012 missouri Building 711 East Missouri Avenue, Phoenix, Az 85017 payson Va Clinic st Highway 260, Payson, Az 85541 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facilty address northern Arizona Va Health Care System 500 Highway 89n, Prescott, Az 86313 southern Arizona Va Health Care System 3601 S. 6th Ave., Tucson, Az 85723 veteran S Residences. local Airports: sky Harbor International 3200 East Sky Harbor Blvd, Phoenix, Az 85034 Zip Codes Include But Not Limited To: maricopa County 85142 85308 85041 85345 85033 85008 85338 85035 85009 85282 85234 85339 85037 85207 85022 85201 85379 85286 85295 85296 85224 85212 85281 85323 85225 85254 85353 85249 85205 85051 85283 85015 85226 85202 85255 85382 85806 85017 85044 85209 85374 85213 85021 85210 85298 85251 85027 85297 85260 85029 85392 85233 85303 85302 85340 85208 85018 85248 85206 85043 85042 85395 85016 85023 85040 85335 85048 85388 85020 85031 850331 85050 85257 85351 85032 85375 85019 85053 85304 85381 85014 85396 85085 85024 85006 85306 85258 85268 85259 85284 85013 85139 85028 85310 85288 85083 85373 85253 85215 85305 85355 85307 85118 85262 85266 85378 85004 85087 85054 85321 85289 85289 85337 85077 85263 85264 85320 85250 85387 85007 85012 85361 85003 85390 85354 85256 85034 85045 85239 85363 85322 85329 85309 85545 85287 85333 85377 85219 85025 85098 85227 85097 85099 85096 85290 85055 85313 85385 85318 85327 85343 85358 85372 85376 85236 85244 85246 85252 85261 85267 85271 85269 85275 85274 85277 85280 85285 85299 85311 85312 85001 85002 85005 85011 85010 85026 85030 85036 85039 85038 85036 85039 85038 85046 85060 85062 85061 85064 85063 85066 85065 85068 85067 85070 85069 85072 85071 85074 85073 85076 85075 85078 85080 85079 85082 85211 85214 85216 85190 85127 85326 85204 85301 85137 85147 85618 85192 85272 85292 85172 85221 85279 85231 85241 85135 85245 85237 85273 85218 85217 85217 85238 85293 85294 85220 85278 85228 85291 85191 85141 85121 85130 85145 85117 85178 navajo County 85901 85902 85911 85935 85929 85920 85912 85942 85928 85930 85934 gila County 85501 85502 85541 85547 quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 2 Simultaneous Transports In Accordance With Pws 4.5.1.7). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task pws reference standard acceptable Quality Level method Of Surveillance provide On- Time Ambulance services section 4.5.1.8.3 scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled orders 97% customer Feedback incident Reporting section 4.8 the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day. 97% customer Feedback invoice Reports section 4.9 provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws 95% 100% Inspection of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Amendment. contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates 9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Are Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory Limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk. background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries. Contractor Responsibilities: the Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. the Contractor Shall Submit Or Have Their Employees Submit To The Cor Completed Background Investigation Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Contract Award. the Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. privacy & Confidentiality Statement: in Reference To Vha Handbook 6500.6 Appendix A, Block 6, The Equipment Included In This Contractor Does Or Does Not Involve Connection Of It Devices To A Va Network. Therefore, C&a, Sap, & The Following From App C Apply in Reference To Vha Handbook 6500.6 Appendix A, Block 7, The Equipment Does Or Does Not Involve Storing, Generating, Transmitting, Or Exchanging Va Sensitive Information.â  Therefore, The Following From App C Apply. the Contractor, Their Personnel, And Their Subcontractors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information Protection, Patient Privacy, And Information System Security As Delineated In This Contract. during Contract Performance, Contractor May Require Access To Va Facility, Equipment, Information Systems, Or Sensitive Data; To Provide Services, Install, Train, Maintain Or Repair Equipment. va Course No. Va10176 Is Privacy Training Required For Va Contractors Requiring Access To Va Facilities For More Than 2 Consecutive Days Or Any Access To Va Information Systems.â  Training Will Be Completed Prior To Being Granted Access To Facilities, Equipment, Or To The Data Therein.â  Training Is Available On Va Tms Website At: Https://www.tms.va.gov/secureauth35/. contractor Will Provide Evidence Of Training To The Cor, Upon Request. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The State Of Arizona, Department Of Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars) required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist southern Arizona Va Healthcare System (savahcs) contract: Ground Ambulance date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: savahcs location: Bldg. Post ss performance Objective pws Para performance Threshold method Of Surveillance met not Met remarks ss 1 the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1 95% Compliance 100% Surveillance Of Each Patient Pick-up. ss 2 the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3 95% Compliance 100% surveillance ss3 the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3 95% Compliance 100% surveillance ss4 the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1 100% Compliance 100% surveillance ss5 have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1 100% Compliance 100% surveillance ss6 a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B 100% Compliance 100% surveillance attachment A specialty Care Transport (sct) Or Critical Care Transport (cct) Confirmation if A Transport Is Classified As A Critical Care Transport (cct) The Offeror Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient (listed Below), Up To And Including Specialty Care Transport (sct) Or Critical Care Transport (cct), If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. Prospective Offerors Must Sign And Return This Form Confirming They Can Meet These Criteria For Ccts Ordered Under This Contract. drug Supply List: Equipment List: acetylcysteine (acetadote, Mucomyst) Chest Tubes amiodarone (cordarone) Portable Mechanical Vents; Including antibiotics Cpap. blood And Blood Products All Vads diltiazem (cardizem) Cvp Lines dobutamine Swan-fanz Line dopamine Smart Pump Capability: Up To 6 Iv Drips *any Pump(s) Capable For Up To And Including 6 Infusion Lines Or Iv Drips As Required By The Patient. If The Pumps Are Not Compatible With Va Supplied Iv Tubing, The Contracted Ambulance Would Need To Provide Their Own Tubing And Be Able To Switch The Tubing Over Prior To Transport. * fentanyl (sublimaze) furosemide (lasix) heparin hyperalimentation (tpn And Lipids) insulin labetalol (trandate) lidocaine lorazepam (ativan) magnesium Sulfate mannitol zoll X Series Critical Care Monitor Capabilities: continuous 12-lead Ekg Monitoring 2-temperature Monitoring automatic Blood Pressure capnography 2 Arterial Lines Monitoring midazolam (versed) milrinone (primacor) nicardipine (cardene) nitroglycerin (nitrostat, Nitro-dur, Nitro-bid) norepinephrine (levophed) octreotide (sandostatin) ondansetron (zofran) pantoprazole (protonix) phenylephrine (neo-synephrine) potassium Chloride propofol sodium Bicarbonate vasopressin (pitressin) tpa* (pending) i Hereby Confirm That _______________________________ Can Meet The Criterion For Critical Care Transports. (company Name) _____________________________________ ______________ signature Of Company Representative Date Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910 Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Michael.williams48@va.gov. All Information Submissions Should Be Received No Later Than 3:00 Pm Arizona Time On March 14, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date14 Mar 2025
Tender AmountRefer Documents 
5441-5450 of 5498 archived Tenders