New York Bids > Bid Detail

Air Medical Evacuation Services for Fort Drum, NY

Agency:
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159270374374220
Posted Date: Nov 28, 2023
Due Date: Dec 6, 2023
Source: https://sam.gov/opp/02ecdfc345...
Follow
Air Medical Evacuation Services for Fort Drum, NY
Active
Contract Opportunity
Notice ID
SSN_W911S224U6007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

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

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

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

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 28, 2023 01:24 pm EST
  • Original Response Date: Dec 06, 2023 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V225 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: AMBULANCE
  • NAICS Code:
    • 621910 - Ambulance Services
  • Place of Performance:
    Fort Drum , NY 13602
    USA
Description

SOURCES SOUGHT

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Air Medical Evacuation on a small business set-aside basis, provided 2 (two) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns, in all socioeconomic categories (e.g., 8(a) Business Development Program, Small Disadvantage Business (SDB), Historically Underutilized Business

Zone(HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business concerns (WOSB)), to identify their capabilities in meeting the requirement at a fair market price.





This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP) or a promise to issue a RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought synopsis. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not

responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.





BACKGROUND: A need is anticipated for Air Medical Evacuation, Period of Performance 01 March 2024 to 30 June 2025. The Contractor shall provide services under Federal Aviation Administration (FAA) Part 135, Helicopter Air Ambulance. Contractor shall provide Advanced Life Support (ALS), Basic Life Support (BLS) care. Transport frequency will vary based upon training density on the ranges, number of medical evacuations and other transportation services rendered. During a standby or actual response, there will be interaction with other transportation services provided by the Government, Ambulances and Field Litter Ambulances (FLAs). The Contractor shall be available 24 hours per day, 7 days per week, including all Federal holidays. The Government will provide hangar space and sleeping quarters. The Contractor shall provide fully qualified Pilots, Paramedics, Flight Nurses, and helicopter mechanics (see attached Specialized Qualifications.)





The anticipated NAICS code(s) is 621910, Ambulance Services, with a size standard of $22,500,000.00.





PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of potential offerors to provide the services described herein to determine if this will be set-aside. While not a firm cutoff, providing responses to this announcement no later than 10:00 a.m. Eastern Standard Time (EST) on December 6th, 2023, will facilitate planning and ensure your capability receives maximum consideration. Only electronic submissions will be accepted. Interested business concerns should provide a brief “capabilities statement” package (submissions are limited to no more than 25 pages in length, single spaced, and 12 font

minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No particular format is mandated. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable.



The capability package shall be sent by email to:

Contract Specialist:

Mary Summerlin

Email: mary.e.summerlin3.civ@army.mil





Procuring Contracting Officer:

Shannon Jones

Email: shannon.e.jones28.civ@army.mil





Your email subject line should reflect: “Firm’s Name, Response to the Sources Sought Synopsis for the Air Medical Evacuation at Fort Drum, NY, W911S2-24-U-6007. The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government’s email system restrictions. DO NOT SEND ZIPPED files as the Government’s information network will remove all zipped files.





In response to this sources sought, please provide:

1. A company profile to include name of your firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and UEID. Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB.





2. In responding to this synopsis, provide what you believe are the key tasks that need to be accomplished to be successful to conduct Air Medical Evacuation at Fort Drum, NY. In essence, what key tasks should be used for determining minimum capability.

3. Identify whether your firm is interested in competing for this requirement as a prime contractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement then please provide the name of these companies and what work they will be performing, if available. Please provide your company’s specific experience in performing medical air evacuation services and providing comparable services. Ensure the information is in sufficient detail regarding previous experience in performing medical air evacuation services (indicate whether as a prime contractor or subcontractor) on similar requirements include the services provided. If applicable, please provide the same experience information from any Subcontracts, Joint Venture, and/or teaming partners you may propose with.





4. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2019-O0003):

“Similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier

subcontractor that is a HUBZone small business concern for a HUBZone set-aside. In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.





5. Identify type(s)/certifications(s) of proposed subcontractors (such as SDB, 8(a), HUBZone, SDVOSB, and WOSB).





6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.





7. Identify any condition or action that may be having the effect of unnecessarily restrictingcompetition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement,

and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 28, 2023 01:24 pm ESTSources 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 >