MCAGCC Rotary Medical Evacuation and Levels I-IV Flight Services (Соединенные Штаты Америки - Тендер #39864744) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Организатор тендера: DEPT OF THE NAVY Номер конкурса: 39864744 Дата публикации: 29-03-2023 Источник тендера: Государственные закупки США |
||
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.
PERFORMANCE WORK STATEMENT
1. GENERAL
2. DEFINITIONS
3. SCOPE OF WORK
4. GOVERNMENT FURNISHED PROPERTY, MATERIALS, AND SERVICES
5. CONTRACTOR FURNISHED PROPERTY, MATERIALS, AND SERVICES
6. SPECIFIC TASKS
7. BILLING
8. CONTACTOR QUALITY CONTROL
1. GENERAL
1.1. PURPOSE. Obtain 24 hours per day, 7 days a week air ambulance services by means of an indefinite quantity, indefinite delivery contract, obtain 24 hours per day, 7 days a week HOIST capability by means of an indefinite quantity, indefinite delivery contract CLN 0002, and limited amount of other air transportation services by means of CLIN 0003, for Marine Air-Ground Task Force Training Center (MAGTFTC), Marine Corps Air Ground Combat Center (MCAGCC), Twentynine Palms, California. The Contractor shall provide Level I Advanced Life Support (ALS), Level II Basic Life Support (BLS), and Level III (BLS monitoring not required) air ambulance services, as well as Level IV transportation services as defined in this performance work statement (PWS). Transport frequency will vary based upon training density on the ranges, amount of medical evacuations and other transportation services rendered.
1.2. The Contractor shall furnish services in accordance with the requirements specified in the PWS, when authorized by Ordering Officials, as defined below.
1.3. MAGTFTC, MCAGCC, Twentynine Palms will require from the Contractor Level I, II, III, and HOIST services on a 24/7 basis. The Contractor shall provide Level I, II, III and HOIST services exclusively to MAGTFTC, MCAGCC, Twentynine Palms unless released by the Contracting Officer or COR. At no time shall the Contractor use the dedicated aircraft or space provided as a base of operations to support other functions outside the scope of this contract without prior written authorization from the Contracting Officer. Level IV services will be ordered only when required.
1.4. The Contractor shall comply with all applicable Federal, State, and Local Statutes and Regulations.
1.5. Estimated Quantity: The Government does not guarantee or imply that any quantity of Level IV supplies or services will be ordered under this contract. Estimated quantities are estimates only.
2. DEFINITIONS.
2.1. BENEFICIARY. A member of the population eligible for care in military treatment facilities.
2.2. CONTRACTING OFFICER. A person with the authority to enter into, administer, and/or terminate contracts and make findings and determinations on behalf of the Government.
2.3 CONTRACTING OFFICER’S REPRESENTATIVE (COR). The individual designated by the Contracting Officer to monitor the contractor’s performance against the contract terms and conditions.
2.4 CONTRACTOR. The Contractor shall be compliant with all provisions and clauses of this contract.
2.5. MEDICAL TREATMENT FACILITY (MTF). Hospital or clinic, including all activities providing outpatient and/or inpatient health care for authorized personnel.
2.6 ORDERING OFFICIAL. For Level I-III services, the contractor will be dispatched to the appropriate location by the Marine Corps Air Ground Combat Center (MCAGCC) Range Control Floor Supervisor. For Level IV services, the Director Range Management and Development Division (RMDD) or designated representative will direct the contractor when and where to perform the services. Only the Contracting Officer may direct the diversion of the contractor from tasks assigned in the contract in accordance with Paragraph 6.1 of the PWS. In the case of an emergency, the Contracting Officer may issue verbal direction to the contractor to be followed up by written direction as soon as reasonably feasible. Names of ordering officials will be provided to the awardee at the time of award.
2.7. PROGRAM MANAGER (PM). Person(s) designated by the Contractor to be his/her authorized representative, having authority to speak and act for the Contractor. One such person shall serve as the Governments principal point of contact.
2.8. ACRONYMS AND ABBREVIATIONS.
ACLS- Advanced Cardiac Life Support
ALS- Advanced Life Support
ATLS- Advanced Trauma Life Support
BLS- Basic Life Support
BTLS- Basic Trauma Life Support
CAMTS- Commission on Accreditation of Medical Transport Systems
CCLS- Critical Care Life Support
CCRN- Certified Critical Care Nurse
CEN- Certified Emergency nurse
CFRN- Certified Flight Nurse
CFP- Certified Flight Paramedic
COR - Contracting Officers Representative
CVIC- Combat Visual Information Center
DOD - Department of Defense
EMT- Emergency Medical Technician
EMT-P- Emergency Medical Technician/Paramedic
FAA- Federal Aviation Administration
GPS- Global Positioning System
ICEMA- Inland County Emergency Medical Agency
IFR- Instrument Flight Rules
IV- Intravenous
LLL- Low Light Level
LZ- Landing Zone
MEDEVAC- Medical Evacuation Flight
MICN- Mobile Intensive Care Nurse
NALS- Neonatal Advanced Life Support
NREMT-P- Nationally Registered EMT-Paramedic
NRP- Neonatal Resuscitation Program
NVG- Night Vision Goggles
OOD - Officer of the Day
PALS- Pediatric Advanced Life Support
PIC- Pilot in Command
PM- Program Manager
PRS- Performance Requirements Summary
QA- Quality Assurance
QAE- Quality Assurance Evaluator
QASP- Quality Assurance Surveillance Plan
QC- Quality Control
QCP- Quality Control Plan
RCO- Regional Contracting Office
SELF- Strategic Expeditionary Landing Field
TNATC Trauma Nurse Advanced Trauma Course
3. SCOPE OF WORK.
3.1. Level I, II, and III Services. The Contractor shall furnish all labor, tools, materials, transportation, equipment, supplies, testing, certification, supervision, management, and quality control required to provide on-call aero-medical ambulance service and in-flight treatment of military and training staff at MAGTFTC, Twentynine Palms, California, including all ranges and Camp Wilson.
3.1.1. The Contractor shall provide emergency airlift of patients between the ranges and Robert E. Bush, U.S. Naval Hospital or other designated medical treatment facility within a 250 mile radius of MAGTFTC, 24 hours per day, 7 days a week to include holidays. The Naval Hospital is located at Building 1145, MAGTFTC, Twentynine Palms, California 92278. Designated medical treatment facilities will be within a 250 mile radius of MAGTFTC.
3.1.2. At a minimum, the crew shall consist of a pilot, flight nurse and an EMT-P. Performance shall be in accordance with this PWS and professional standards as specified in the Commission on Accreditation of Medical Transport Systems (CAMTS). The Contractor shall ensure the availability of medical specialists sufficient to meet the needs of the patients transported under this agreement.
3.2. The Contractor shall provide emergency HOIST operations 24 hours per day, 7 days a week to include holidays at MAGTFTC, Twentynine Palms, California, including all ranges and Camp Wilson.
3.3. Level IV Services. The Contractor shall provide Level IV transportation as ordered up to the maximum hours specified in the schedule. The Director of Range Management and Development Division (RMDD) or designated COR will direct the contractor when and where to perform the services. Only the Contracting Officer, or his designated representative, may direct the diversion of the contractor from Level I, II, III, and HOIST services. The Contracting Officer may issue verbal direction to the contractor to be followed up by written direction as soon as reasonably feasible. If Contractor is directed to perform Level IV flight hours, the billing for CLIN 0001 and CLIN 0002 should be adjusted downward, unless the Contractor provides a dedicated back-up aircraft for Level I-III MCAGCC evacuations and/or HOIST Operations.
3.4. The Contractor shall provide adequate aircraft to meet the terms and conditions of this contract. Due to the nature of the services required and the potential for multiple medical evacuations the Government cannot specify the number of aircraft required; however, historical data indicates one (1) aircraft has met the requirement.
In some circumstances, one additional helicopter may be required to conduct medical evacuations. Historically, this has occurred three time during the last five years. If this occurs, the Contractor will have thirty (30) minutes to dispatch an additional aircraft to meet the terms and conditions of this contract. If the Contractor also provides stand-by medical evacuation support for the private sector and has dispatched simultaneous (MCAGCC and private sector) medical evacuations, the Contractor will not breach the terms of this contract if unable to dispatch an aircraft in thirty (30) minutes. The Contractor shall provide support expeditiously and advise the Government of the estimated time of dispatch and arrival.
3.5. The Government cannot conduct training on the ranges unless the Contractor helicopter is within 30 minutes of MCAGCC. In emergency situations when civilian helicopters are unavailable, the Contracting Officer, or his designated representative, may release the Contractor to assist in off-base evacuations. This is a unilateral Government decision. Release of the Contractor is not a command direction to perform the work and the cost of any such flight hours shall not be paid through this contract, nor will the Government be charged for standby hours on CLIN 0001 and CLIN 0002 during any corresponding flight hours, unless the Contractor provides a dedicated back-up aircraft for Level I-III MCAGCC evacuations and/or HOIST Operations.
4. GOVERNMENT FURNISHED PROPERTY, MATERIALS, AND SERVICES. The Government will provide on-base access to temporary parking and closed field ops; helicopter wash rack; Fuel truck staging area, helicopter fueling area; hand held radios for ground communication; utilities to include electricity, phone lines, however, high speed internet access is the responsibility of the contractor, and an area for Contractor furnished living and office spaces. Fuel is not provided under this contract; however, the government will assist the contractor in obtaining a fuel card through Defense Logistics Agency (DLA). The cost of fuel is to be paid directly by the contractor to DLA and is not to be billed against this contract. The Government will also provide maps, Landing Zone (LZ) locations, trained ground guides, interpreters as required, and ground transportation for the patient to and from the LZ. In addition, the Government will provide parking for the helicopter at LZ 10 and alternate sites as mutually agreed upon.
4.1 Only minor maintenance NOT involving hazardous materials/waste is authorized at LZ10. All other maintenance necessary to be performed on station must be conducted at the Strategic Expeditionary Landing Field (SELF) located at Camp Wilson.
4.2 Flight Logs shall be submitted monthly to the Contracting Officer’s Representative (COR) with a breakdown of flight hours/ fuel consumption for MEDEVAC flights and Level IV flights (range sweeps (visual confirmation that a range is clear), cherry picker (picking up uninjured personnel equipment), etc.).
4.3 If the Government provided hoses are not compatible/available, the air ambulance is authorized to fuel from outside sources or sponsor civilian fuel truck aboard MAGTFTC to re-fuel the aircraft at the SELF or other location as authorized by the Contracting Officer.
5. CONTRACTOR FURNISHED PROPERTY, MATERIALS, SERVICES. Except for items listed in GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES, the Contractor shall provide all equipment, materials, supplies, tools and services necessary to perform the requirements of this contract to include Fuel and Fuel truck inspection/testing. The Contractor shall utilize billeting and office spaces for its aircrew and staff in the Government designated area.
5.1 PERSONNEL.
5.1.1. POINT OF CONTACT. The Contractor shall provide a Program Manager (PM) who shall be responsible for the performance of the work. The PM shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract. The PM may be a paramedic, pilot or flight nurse providing care in accordance with this PWS. The Contractor shall designate this individual, in writing, to the Contracting Officer before the contract start date. An alternate may be designated, but the Contractor shall identify those times when the alternate shall be the acting PM.
5.1.2. WORK-FORCE.
5.1.2.1. The Contractor shall provide adequately trained and experienced personnel to complete the work requirements within the specified time limits and in conformance with the quality standards established herein. The personnel shall be certified, licensed, trained and experienced. The Contractor shall provide evidence prior to beginning performance under this contract, and whenever requested by the Contracting Officer, that the air ambulance medical aircrew members, pilots, and medical control physicians meet or exceed CAMTS standards for education, training, and experience in delivering air medical transport and HOIST services. In addition, the medical crew members shall be certified in San Bernardino County (ICEMA).
5.1.2.2 The aircrews shall be trained to fly unaided at night.
5.1.3. ENGLISH LANGUAGE REQUIREMENT. Contractor personnel involved in the performance of this contract shall be able to read, write, speak and understand English. Contractor personnel shall possess adequate communication skills to ensure free-flowing exchange of information between themselves and with hospital staff, all local public safety agencies, incident units, and military ground guides. The Contracting Officer has discretion to require replacement of any of the Contractor’s personnel, and such replacement does not excuse the Contractor from performance under this contract.
5.1.4. CONFLICT OF INTEREST. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of Defense, either military or civilian, unless such person seeks and receives approval in accordance with DoD Directive 5500.7 and policy.
5.2. AVAILABILITY. The Contractor will be required to perform services 24 hours a day, 7 days per week, including Federal holidays. A Program Manager or designee shall be available 24 hours per day seven days a week.
5.3. STAFFING COVERAGE. The Contractor shall ensure that fully qualified back-up personnel are available to provide coverage during all crewmember absences, whether scheduled or unscheduled. Absence of any crewmembers without backup crew coverage may result in termination of the contract for cause.
5.4. NON-PERSONAL SERVICES CONTRACT. This solicitation and resulting contract will be a non-personal service contract, as defined in FAR 37.101, under which the Contractor is an independent Contractor.
5.5. The Contractor shall provide patients referred by the MAGTFTC with access to service on terms no less favorable than those afforded to any other patient of the Contractor, and shall not discriminate against MAGTFTC-referred patients in anyway. Health care providers must be sensitive to cultural differences affecting the provision of services. MAGTFTC is responsible for providing interpreters for non-English speaking patients.
5.6. AIRCRAFT REQUIREMENTS. The rotary wing aircraft must be twin engine no older than 20 years and capable of flying 138 mph or greater with a range of 400 miles. It must also have multiple radios in order to monitor Range Control (“BEARMAT”) and LZ Control or the hospital using DoD band with UHF/VHF capable radios. Aircraft must be capable of HOIST Operations, transporting up to two critical patients and also must be able to support up to 5 personnel for Level IV missions. The aircraft must be able to land and take off from a 100’ X 100’ LZ and the crew must be capable of landing in dusty zones with the potential for “brown out” conditions. Additionally, the crew must be able to fly in Low Light Level (LLL) conditions and be Night Vision Capable (NVG) to include the NVG lighting in the aircraft. The Contractor shall maintain enough fuel on board to reach the most appropriate medical facility and land with FAA minimum fuel requirements.
5.7. LICENSES AND CERTIFICATIONS. The Contractor shall maintain all required licenses and certifications. Proof of all required licenses and certifications, as well as documentation concerning the qualifications of personnel, shall be provided to the Contracting Officer prior to award of the contract, and whenever requested after award. The Contracting Officer, COR, or QA may conduct random checks to ensure the Contractor and Contractor’s personnel hold current required licenses and certifications. This includes, but is not limited to, the following:
Add: “Contractor must also satisfy Department of Defense (DOD) quality and safety requirements described in 32 CFR Part 861 and the Additional Standards for Department of Defense Contract Aircraft Operations Under FAA Part 135.”
5.7.1. State Air Ambulance and/or Air Charter licensure and/or certification, where required for company operations.
5.7.2. Accreditation by the Commission on Accreditation of Medical Transport Services (CAMTS).
5.7.3. FAA Air Carrier Operating Certification. Each pilot who performs under this contract shall hold a valid commercial operating certificate with the appropriate ratings for the conditions of the flight being undertaken, and operate under the FAA rules for that certificate. One hundred percent (100%) compliance is required at all times. Failure to comply with this clause will result in Termination and the Government will seek all remedies available under statute and regulation, including acquisition of similar items from another contractor and charging the Contractor with any excess re-procurement costs together with any incidental or consequential damages incurred because of the termination.
5.8. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT OF 1996 (HIPAA), Public Law 104-191. The Federal Government is required to comply with the HIPAA. HIPAA was implemented by the U.S. Department of Health and Human Services, Office of Civil Rights, under 45 Code of Federal Regulations, Parts 160, 162, and 164. The Contractor shall comply with HIPAA requirements. Additional information is available at http://www.hhs.gov/ocr/hipaa/. One hundred percent (100%) compliance is required at all times. Failure to comply with this clause will result in Termination and the Government will seek all remedies available under statute and regulation, including acquisition of similar items from another contractor and charging the Contractor with any excess re-procurement costs together with any incidental or consequential damages incurred because of the termination.
6. SPECIFIC TASKS.
6.1. GENERAL PERFORMANCE.
6.1.1. AIR MEDICAL TRANSPORT SERVICES OR MEDEVAC. The Contractor shall provide the levels and types of air medical transport services routinely provided to the public. The types of services are described in the following levels:
LEVEL I. High Acuity Air Ambulance to destination facilities:
1. Critical Care Life Support (CCLS): Acute conditions
2. Advanced Life Support (ALS): Acute or non-acute conditions. ALS is defined as a patient having any of these conditions singly or in combination:
LEVEL II: Moderate Acuity (Minimum Basic Life Support required) Air Ambulance to destination facilities and/or return to MAGTFTC facilities for re-admission. Specialty care monitoring or BLS monitoring required (non-acute/stable). BLS is defined as a patient having any of these conditions singly or in combination:
LEVEL III: Any patient not requiring BLS monitoring.
6.1.2. OTHER AIR TRANSPORT SERVICES.
HOIST: As needed by the Government, in the Government’s sole discretion, when emergent services are in need, the Contractor shall provide the following: Scene response helicopter HOIST day/night across all MCGACC Ranges and training Areas.
LEVEL IV: As needed by the Government, in the Government’s sole discretion, when emergent services are in excess of those provided under other contracts or via Government helicopters, the Contractor shall provide the following: Scene response helicopter transports, to include performing search and assist , transport of maintenance personnel to repeater/camera sites for emergency repairs, range sweeps, emergency PMO reaction force, exercise force emergency re-supply, simulated MEDEVAC training with exercise forces, and other non-medical transportation of personnel. Resupply may consist of, but not limited to, small arms, chow, water, replacement Marines and communication equipment.
6.2.1. The Contractor shall perform procedures and provide services compatible with the Naval Hospital’s operating capacity and equipment. New medical procedures or services shall not be introduced without prior recommendation to and approval of the Contracting Officer, who will seek guidance from the Naval Hospital Commander.
6.2.2. AIR AMBULANCE RESPONSE.
6.2.2.1. The Contractor shall provide air ambulance and/or HOIST response for patient transfer and perform air transportation services from MAGTFTC training sites or an accident scene, to a designated destination as ordered by the Inland Counties Emergency Medical Agency EMS Policies and Procedures. The Contractor shall provide all supplies, services and equipment necessary to maintain the patients medical status. The Contractor shall provide access to the aircraft to qualified MAGTFTC EMT/Medical personnel. All helicopters used for this contract must be capable of transporting a minimum of two litter patients. Once cleared for flight operations, the Contractor shall be airborne within thirty minutes of notification by Authorized Range Control (BEARMAT) personnel to include the Range Control Floor Supervisor; the Director Range Management and Development Division (RMDD) , COR or designated representative.
6.2.2.2. The only exceptions to the above response time requirement in 6.2.2.1 are contained in 3.4 above, or if the Contractor provides the caller with information that weather conditions or other circumstances prevent flying, in which case the Contractor shall provide the caller with an estimated time of dispatch. Under these circumstances, the Ordering Official may determine that another method of air or ground transport is required; this determination will not constitute a breach of the Government’s obligations under this contract. The Contractor will notify Range Control (BEARMAT) (760) 830-6535/6623 any time that weather or any other circumstance prevents flight. The Contractor shall provide an anticipated time of return to full mission capabilities.
6.2.2.3 PATIENT ROUTING DETERMINATION. Patients will be transported to the most appropriate treatment facility as determined by the senior medical authority on scene under the direction of their governing medical base station. Medical base stations and the air ambulance provider are to operate under the protocols and controls of the Inland Counties Emergency Medical Agency (ICEMA).
7. BILLING.
7.1. The Contractor will submit monthly invoices in accordance with DFARS clause 252.232-7003.
7.2. The Contractor shall provide trip reports (flight logs) to substantiate their invoice submissions when requested by the Contracting Officer or COR. The trip report shall also include the date, number of flight hours, estimated fuel usage for all services and number of personnel transported.
7.3. The Contractor shall bill monthly for air ambulance standby hours, HOIST hours and flight hours in accordance with the contract line items. Any costs associated with Level I-III flight hours shall be recovered independently by the Contractor and will not be paid through this contract to include fuel. Additionally, the Contractor will not invoice for standby hours on CLIN 0001 when performing Level IV services in accordance with paragraph 3.2 above, or when released by MCAGCC to perform off-installation flights in accordance with paragraph 3.4 above, unless the Contractor provides a dedicated back-up aircraft for Level I-III MCAGCC evacuations.
7.4. INVOICE ROUTING. The Contractor shall provide invoices via Wide-Area Work Flow.
8. CONTACTOR QUALITY CONTROL. The Contractor shall establish and maintain a Quality Control Plan to ensure that the work performed under the contract conforms to the contract requirements. The Contractor shall submit to the Contracting Officer a Quality Control Plan for approval within 15 calendar days after award of the contract.
a. Contractor performed inspections are independent of those performed by the Government.
b. The Contractors PM and Quality Control Specialist shall attend the pre-performance conference.
The Quality Control specialist shall also attend meetings with the Contracting Officer and other Government personnel to resolve quality assurance considerations that may arise in the course of the work.
c. The Contractors Quality Control Specialist shall provide the Contractor’s management with an effective and efficient means of identifying and correcting problems throughout the entire scope of contract operations.
d. The Quality Control Plan shall include:
(1) A description of the Contractors Quality Control (QC) system. The (QC) system must cover all contract services, specify work to be inspected on either a scheduled or unscheduled basis, and describe how inspections are to be conducted.
(2) The name(s) and qualifications of the individual(s) responsible for performing the Quality Control, and the extent of their authority. Any changes to personnel shall be reported to the Contracting Officer in writing as they occur.
(3) Provisions for recording the results of inspections and for recording corrective action taken.
(4) Resumes shall be submitted for flight nurses, flight paramedics, and pilots.
MANDATORY REQUIREMENTS
PILOTS
FLIGHT NURSES
FLIGHT PARAMEDICS
DOD approved
AIRCRAFT REQUIREMENTS
PERFORMANCE REQUIREMENTS
SURVEY (PRS)
Performance Objective
PWS
Performance Standard
Acceptable Quality Level
Method of Surveillance
Incentives
Medevac & HOISTResponse
6.2.2.1
Launch within 30 minutes from initial notification
99%
COR Surveillance, Monthly Reports
CPARS/ PPIRS Reporting
Detailed Flight Report
4.2
Trip report shall include the date, number of flight hours, and estimated fuel usage for all services
95%
Weekly submission to the COR
CPARS/ PPIRS Reporting
Notification that aircraft is non-mission capable
6.2.2.3
Notification shall be made to the government within 30 minutes of helicopter becoming non-mission capable
95%
Phone call to Duty Floor Supervisor
CPARS/ PPIRS Reporting
Aircraft fuel
6.1.2
Helicopters must maintain a proper fuel level to conduct evacuations and level IV flight services.
95%
COR Surveillance
CPARS/ PPIRS Reporting
| Document | File Size | Access | Updated Date |
|---|---|---|---|
| Air Ambulance PWS 2023.docx (opens in new window) |
42 KB
|
Public |
Mar 28, 2023
|