Search Contract Opportunities

Ambulance Services - JB MDL, NJ   4

ID: W15QKN-22-R-5035 • Type: Synopsis Solicitation

Description

Posted: July 1, 2022, 11:44 a.m. EDT

*** AMENDMENT 0007 POSTED 7/01/2022 ***

*** AMENDMENT 0006 POSTED 6/02/2022 ***

*** AMENDMENT 0005 POSTED 5/16/2022 ***

*** AMENDMENT 0004 POSTED 5/06/2022 ***

*** AMENDMENT 0003 POSTED 4/25/2022 ***

*** AMENDMENT 0002 POSTED 4/22/2022 ***

*** AMENDMENT 0001 POSTED 4/19/2022 ***

INSTRUCTION TO OFFERORS
THIS REQUIREMENT IS SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE
THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR
Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement
constitutes the only solicitation; proposals are requested and a written solicitation will not be issued.

1. The purpose of this solicitation is to procure ambulance support services on behalf of the United States Army Support Activity (USASA), Directorate of Plans, Training, Mobilization and Security (DPTMS). The USASA DPTMS requires New Jersey state and federal certification Emergency Medical Technician - Basic (EMT-B) certified EMT personnel for a full range of emergency response and patient transport ambulance services required for Government authorized recipients of military health care and their beneficiaries, 24 hours a day, seven days a week to be performed at the Fort Dix Range Complex located at 9013 Range Rd., JB MDL, NJ 08640.

2. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 12-month base period and four, 12-month option periods from date of contract award.

3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM, go to www.SAM.gov.

4. See Federal Acquisition Regulation (FAR) Clause 52.212-1, "Instructions to Offerors -- Commercial Items" and FAR 52.212-1, Addendum for additional information.

5. See FAR Clause 52.212-2, "Evaluation -- Commercial Items" and FAR 52.212-2, Addendum for basis of award, evaluation criteria and additional information.

6. A Site Visit is available upon request. All requests shall be submitted via email to the Contract Specialist at Jasmyne.C.Peterson.civ@army.mil and the Contracting Officer Representative listed below no later than 5:00PM EST on WEDNESDAY, 20 APRIL 2022. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

7. All questions regarding this solicitation shall in writing and submitted via email to Jasmyne Peterson, Contract Specialist at Jasmyne.C.Peterson.civ@army.mil and Julie Cameron, Contracting Officer at Julia.A.Cameron.civ@army.mil no later than 2:00PM EST on FRIDAY, 22 APRIL 2022. The questions will be answered all at once and uploaded to the Contract Opportunities website (www.SAM.gov) posting after the question
period has closed.

8. COMPLETING A QUOTE FOR SUBMITTAL
a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to: Jasmyne Peterson, Contract Specialist at Jasmyne.C.Peterson.civ@army.mil and Julie Cameron, Contracting Officer at Julia.A.Cameron.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at www.SAM.gov.

b. The Offeror shall provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company.

c. The Offeror shall submit a price for each firm-fixed-price Contract Line Item Number for the base period and option periods on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status.

d. The Offeror shall submit a signed SF1449 (Pg.1, Block 30a. Signature of Offeror/Contractor). The Offeror is required to complete blocks 17, 30a, 30b and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation.

e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.

f. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5, Insurance Work on a Government Installation and Required Insurance.

9. All services shall be performed in accordance with the Performance Work Statement (PWS).

10. See attachment Technical Exhibit 1 for a list of Government Furnished Property.

11. Offerors shall complete attachment, Standard Form LLL, Disclosure of Lobbying Activities if applicable.

12. All offers shall remain valid for 120 calendar days.

13. Attachments:
GFP - Technical Exhibit 1
Standard Form LLL - Disclosure of Lobbying Activities
Performance Work Statement dated 12 February 2021 Range Ambulance Service
Wage Determination 2015-4191 Rev 18 dated March 15 2022

Posted: June 2, 2022, 5:48 p.m. EDT
Posted: May 16, 2022, 2:52 p.m. EDT
Posted: May 6, 2022, 3:53 p.m. EDT
Posted: April 25, 2022, 1:49 p.m. EDT
Posted: April 22, 2022, 4:17 p.m. EDT
Posted: April 19, 2022, 3:39 p.m. EDT
Posted: April 11, 2022, 4:16 p.m. EDT

Overview

Response Deadline
July 8, 2022, 2:00 p.m. EDT (original: April 25, 2022, 2:00 p.m. EDT) Past Due
Posted
April 11, 2022, 4:16 p.m. EDT (updated: July 1, 2022, 11:44 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Joint Base MDL, NJ 08640 United States
Source
SAM

Current SBA Size Standard
$22.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
On 4/11/22 ACC Picatinny issued Synopsis Solicitation W15QKN-22-R-5035 for Ambulance Services - JB MDL, NJ due 7/8/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 621910 (SBA Size Standard $22.5 Million) and PSC Q999.
Primary Contact
Name
Emily Schlee   Profile
Phone
(609) 562-3774

Secondary Contact

Name
Chante M. Fredrick   Profile
Phone
(609) 562-7028

Documents

Posted documents for Synopsis Solicitation W15QKN-22-R-5035

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W15QKN-22-R-5035

Award Notifications

Agency published notification of awards for Synopsis Solicitation W15QKN-22-R-5035

Contract Awards

Prime contracts awarded through Synopsis Solicitation W15QKN-22-R-5035

Protests

GAO protests filed for Synopsis Solicitation W15QKN-22-R-5035

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W15QKN-22-R-5035

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W15QKN-22-R-5035

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-NJ
FPDS Organization Code
2100-W15QKN
Source Organization Code
500045967
Last Updated
July 23, 2022
Last Updated By
emily.schlee.civ@mail.mil
Archive Date
July 23, 2022