Ohio Bids > Bid Detail

V225--Wheel Chair Transport | Follow-on/Base+OYs | Start: 7/1/23

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159038099500869
Posted Date: Apr 28, 2023
Due Date: May 5, 2023
Solicitation No: 36C25023Q0634
Source: https://sam.gov/opp/b03b87179c...
Follow
V225--Wheel Chair Transport | Follow-on/Base+OYs | Start: 7/1/23
Active
Contract Opportunity
Notice ID
36C25023Q0634
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 28, 2023 01:27 pm EDT
  • Original Response Date: May 05, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V225 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: AMBULANCE
  • NAICS Code:
    • 485310 - Taxi and Ridesharing Services
  • Place of Performance:
    Department of Veterans Affairs Cincinnati VA Medical Center (VAMC) Cincinnati , Ohio 45220
Description
Sources Sought Notice | Wheelchair/Ambulette Transportation Service for Cincinnati VAMC | SDVOSB/VOSB verified and Small Business prospective offerors with OMTB certification
The purpose of this FBO posting is to issue sources sought notice 36C250-23-Q-0634 (FY-2023) for the subject requirement in accordance with recently incorporated FAR subsection 4.1603. The response due date for this requirement for all prospective offeror(s) not later than 4 May 2023

The contractor shall furnish the necessary personnel (drivers) and vehicles required to provide wheelchair transportation services to the Department of Veterans Affairs beneficiaries at the Veterans Administration Medical Center (VAMC) Cincinnati, 3200 Vine Street, Cincinnati, OH 45220. This requirement is needed for the VAMC Cincinnati and all its affiliated locations: Nursing Care Unit and Domiciliary at Ft. Thomas, KY and the Community Based out-patient Clinics (Dearborn County, IN; Campbell County and Boone County, KY; and Brown County, Butler County, and Clermont County, OH.). Trips are not restricted to these counties only. The majority of the trips will be needed between the hours of 7am and 7pm Monday through Friday, but limited services may be needed at any time (including weekends and holidays at the same rates). This contract will be for 24-hour service, 7 days per week.
The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO 10) is seeking qualified SDVOSB/VOSB verified and Small Business prospective offerors who hold a current Ohio Medical Transportation Board (OMTB) certificate to perform wheelchair/ambulette transportation service (or ambulette service) in the state of Ohio and are interested in submitting an offeror for the following anticipated requirement:

Short Title: Wheelchair/Ambulette Transportation Service for Cincinnati VAMC

NAICS-485991: Special Needs Transportation

Purpose: The purpose of this sources sought notice is to determine what type of set-aside is appropriate for this acquisition (i.e. SDVOSB/VOSB, Small Business, etc.)

Place of Performance: Department of Veterans Affairs | Cincinnati VA Medical Center, 3200 Vine Street, Cincinnati, OH 45220

Anticipated Period of Performance: 1 July 2023 to 30 June 2026 | Base Year plus two Option Years
Estimated quantities for the CLINs below are yearly totals. In the result of multiple contracts are created from this requirement will result in each contract splitting the total not-to-exceed quantity limits at 50/50 or 60/40 split of work, depending on what is more advantages to the Government. This Contract is to be a Base plus two option year. Firm-Fix Price w/ Economic Price Adjustment Fuel Surcharge where fuel price will be adjusted according to local quarterly prices via U.S. Energy Information Administration, Independent Statistics and Analysis.
CLIN 1: 25,040 Trips
BASE RATE | Wheelchair Transport ONE-WAY Trip Rate: The BASE RATE (ONE-WAY) is for authorized one-way patient transports with a point-to-point (one-way) travel distance of 20 miles or less from the designated VA Medical Center as specified in the PWS. The contractor is NOT authorized to invoice for MILEAGE RATE (ONE-WAY) in addition to the BASE RATE (ONE-WAY) for patient transports with a point-to-point (one- way) travel distance radius of 20 miles or less from the designated VA Medical Center. For patient transports with a point-to-point (one-way) travel distance radius which exceeds 20 miles from the designated VA Medical Center, the BASE RATE (ONE-WAY) plus MILEAGE RATE (ONE-WAY) may be authorized.

CLIN 2: 134,060 Miles
MILEAGE RATE | Wheelchair Transport Mileage Rate: The MILEAGE RATE (ONE-WAY) shall only be authorized for patient transports which exceed the BASE RATE (ONE-WAY) travel distance radius of 20 miles from the designated VA Medical Center as specified in the PWS. The contractor shall ensure that all invoices submitted with a point-to- point (one-way) travel distance radius which exceeds 20 miles from the designated VA Medical Center include the MILEAGE RATE (ONE-WAY) plus BASE RATE (ONE-WAY) which shall be calculated based on the total travel distance (one-way) minus 20 miles. The MILEAGE RATE (ONE-WAY) is not authorized for any patient transport that does not have a VA approved passenger onboard.

CLIN 3: 240 Each
WAIT TIME RATE | 15-minute Increments: This rate shall only be authorized for patient transports which exceed the wait time grace period upon approval by the COR or authorized government representative designed in writing by the COR and/or CO as specified in this PWS.

Request all SDVOSB/VOSB and Small Business prospective offerors interested in this requirement email their company name, SAM EUI number, CAGE code and a signed copy of their current OMTB certification in Adobe PDF format to perform wheelchair transportation service (or ambulette service) in Ohio for the anticipated subject requirement to robert.bolcavage@va.gov not later than 4 May 2023. Only those prospective offerors who are verified as SDVOSB/VOSB and Small Business certified under NAICS 485991 and submit a current signed copy of their OMTB certification in response to this sources sought notice will be considered responsive for the purposes of this FBO posting. Feel free to contact Robert Bolcavage via email if you have any questions. Please note that this requirement is subject to availability of funds in accordance with FAR 52.232-18 (Availability of Funds) and FAR 52.232-19 (Availability of Funds for the Next Fiscal Year).
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 28, 2023 01:27 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

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

Start Free Trial Today >