Alabama Bids > Bid Detail

V225--BLS and ALS 24-7 Ambulance Services Tuscaloosa Alabama VA Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159990475101176
Posted Date: Nov 17, 2022
Due Date: Nov 28, 2022
Solicitation No: 36C24723Q0142
Source: https://sam.gov/opp/39ae1b96d3...
Follow
V225--BLS and ALS 24-7 Ambulance Services Tuscaloosa Alabama VA Medical Center
Active
Contract Opportunity
Notice ID
36C24723Q0142
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
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 (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 17, 2022 12:36 pm EST
  • Original Published Date: Nov 17, 2022 12:31 pm EST
  • Updated Response Date: Nov 28, 2022 11:59 pm EST
  • Original Response Date: Nov 25, 2022 11:59 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 04, 2023
  • Original Inactive Date: Mar 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V225 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: AMBULANCE
  • NAICS Code:
  • Place of Performance:
    Department of Veterans Affairs Tuscaloosa VA Medical Center Tuscaloosa , AL 35404
    USA
Description
This is a SOURCES SOUGHT for the Tuscaloosa VA Medical Center. Information collected during this Sources Sought may be used in a set aside. If a solicitation is issued, the Government will do so in accordance with Federal Acquisition Circular (FAC) 2022-08. The North American Industry Classification System (NAICS) number is 621910. The NAICS size is $20.0 Million.
Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the SBA at http://web.sba.gov/pro-net/ and meet the requirements of FAR 19.102. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the VIP at https://vetbiz.va.gov/ as an SDVOSB or VOSB.
Contractors that deem themselves capable of meeting the requirement shall provide the below information to, Contract Specialist at Matthew Durden at matthew.durden@va.gov no-later-than Monday, November 28, 2022, at 11:59PM, EST, referencing 36C24723Q0142. Responses shall include:
(1) Business Name and Address
(2) GSA/FSS/NAC Contract Number, if applicable
(3) Point of Contact Name, Phone Number and E-mail Address
(4) DUNs, SAM UEI and NAICS code
(5) Business Size SMALL or LARGE
(6) Type of Business: service-disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc.
Contractor must be registered with https://www.sam.gov
To be considered SDVOSB/VOSB, must be registered in VetBiz: https://vetbiz.va.gov/
Place of Performance is:

Tuscaloosa VA Medical Center
3701 Loop Rd
Tuscaloosa, AL 35404

DRAFT STATEMENT OF WORK
PURPOSE: The Tuscaloosa Veterans Administration Medical Center has a requirement for a
twenty-four (24) hour 7 day a week ambulance service (Basic Life Support and Advance Life
Support) for the beneficiaries of the Tuscaloosa VAMC. This shall include routine or nonemergency,
urgent, and same day services requirements. The current requirement is a definitive base contract and four (4) option years. Not to exceed five (5) years.
Due to the critical nature of ambulance services and with the expectation of operational changes
within the Agency, The Tuscaloosa Veterans Administration Medical Center reserves the right to
negotiate with the winning contractor to expand services and served locations or regions without
further solicitation for the duration of the contract. The expansion of services or service locations and
the associated costs must be clearly defined with a new quote from the vendor, pre-approval from
facility leadership and fiscal, and with guidance and final written approval/modification from the
assigned contracting officer.
DEFINITIONS:
Basic Life Support (BLS) - BLS service includes basic, non-invasive interventions to reduce morbidity and mortality associated with acute out-of-hospital medical and traumatic emergencies.

Advanced Life Support (ALS) - ALS service includes advanced, invasive, and pharmacological interventions to reduce morbidity and mortality associated with acute out of hospital medical and traumatic emergencies

GENERAL DESCRIPTION:
The Contractor shall furnish and manage the necessary personnel,
materials, services, and facilities to provide basic life support units, advanced life support (critical
care) unit ambulance services and stretcher transportation services for the Tuscaloosa VAMC at 3701
Loop Road East, Tuscaloosa, AL 35404.
REQUIREMENTS:
1. VEHICLES:
The vehicle fleet and its equipment must be of the quality, model, and condition to assure the
patient "high quality" medical transportation and/or emergency first aid, if needed, and shall
meet and maintain the minimum industry standards for maintenance, equipment, and staffing
of all vehicles operated for the duration of the contract.
Vehicles must have adequate straps and seat belts necessary to secure patients and stretchers
according to industry standards. The contractor must maintain preventive maintenance
records for all vehicles being used for services provided under the terms of this contract.
Contractor will provide the government a list of vehicles that will be used in supplying the
requirements for this contract. This list will include the mode of transportation that the
vehicle is providing, bumper number and Vehicle Identification Number. The vendor will not
use vehicles for the services under this contract that do not meet industry and regulatory
standards or vehicles that have safety or operational deficiencies.
Each vehicle shall be equipped in accordance with the Federal Specification for Ambulances,
KKK-A-1822E and with such safety items as required by Federal State and Local authorities
in the area in which the vehicles are operated; also, in the future if any items are required by
Federal, State and Local authorities in the area in which the vehicles are operated, then they
shall be added to each vehicle. Each ambulance shall be equipped at all times when
transporting a patient in the performance of this contract according to industry best practices
or industry standards and with not less than the following equipment at no additional charge
to the Government. Proof of compliance with Federal, State and Local authorities will be
provided upon request by the Contracting Officer or the Contracting Officer's Technical
Representative (COR).
Shall have one ambulance cot, a collapsible stretcher or two stretchers, one of which is
collapsible.
Shall have adequate straps to secure the patient safely to stretcher or ambulance cot, and adequate means of securing the stretcher or ambulance cot within the vehicle.
Shall have adequate supply of sanitary sheets, pillows, pillowcases, and blankets, urinals and emesis.
The Contractors personnel shall comply with the facilities linen policies.
Basins;
Shall have standard first aid kit.
Shall have oxygen and oxygen breathing apparatus in good operating condition, oxygen
masks must be of the disposable type or be thoroughly sterilized after each use and kept
sterile.

Vehicle Inspection: Vehicles and maintenance records will be made available to the Tuscaloosa VAMC for bi-annual inspections or whenever the Tuscaloosa VAMC feels such inspections are needed.

2. PERSONNEL:
The Contractor will be fully responsible for personnel management of its personnel and will
ensure personnel issues do not impact the quality of service provided to those who are
beneficiaries of the Tuscaloosa VAMC.
The Contractor will provide the COR and the Contacting Officer a current single point of contact
or other source approved by the government to address and or resolve operational and contractual concerns.
Emergency Medical Technician - Emergency Medical Technicians (EMT), EMT-Paramedics,
and EMT-Intermediates providing services under this contract shall have the following
qualifications:
Have completed training in accordance with the standards published by the Department
of Health and Human Services (DHHS) with a minimum curriculum of 81 hours or
"equivalent" including an in-hospital training period. Such training must be acceptable
under the regulating requirement for local EMS systems supported by DHHS under
Public Law 93-154, Federal Register 39:24304, July 1974.
The EMT shall periodically be emailed in "refresher" continuing education, or advanced
training programs, as required by the local or state government entity in which the service is rendered to the veterans, but in no instance shall this be less frequently than every two years. Such "refresher" training shall be equivalent to that developed by the Department of Transportation (DOT), National Highway Safety Administration (NHSA). EMTs should give the COR training certificates once training is completed.
EMT(s) shall be certified, licensed or otherwise officially recognized by the local, state,
or regional government or public entity where the emergency ambulance service is
operated or by which it is governed.
Only Contractor personnel having current and appropriate licensure and or credentials will provide services to beneficiaries of the Department of Veterans Affairs.
Attendants: There shall be an Emergency Medical Technician and Driver on board each time a
patient is transported. The Contractor shall maintain a record of each employee as to the
character, current driving records and physical capabilities of performing the duties of an
ambulance driver or attendant and be made available for inspection upon request by the
Contracting Officer or the Contracting Officer's Technical Representative (COR).
Drivers or attendants shall not be allowed to transport the Tuscaloosa VAMC
beneficiaries if they appear to be ill or under the influence of drugs or alcohol.
Drivers and attendant shall display professional manners at all times. Rude or obscene
behavior or language will not be accepted.
Drivers and attendants shall wear appropriate attire with a picture identification (ID)
badge that clearly identifies the company they work for.
Drivers or attendants shall secure all patients and passengers with approved security
devices prior to transport.
Only employees of the Contractor who meet the qualifications shall be allowed to
accompany the Attendant/Driver on trips provided for the Tuscaloosa V AMC.
Contractor shall be required to demonstrate to the Tuscaloosa V AMC that their attendants are adequately trained in the safe and proper transport of beneficiaries.

3. PERSONNEL SECURITY
The Contractor and all personnel employed by the Contractor shall be required to observe the requirements imposed on sensitive data by law, federal regulations, VA status and DM&S policy and the associated requirements to ensure appropriate screening of all personnel because of the inherent sensitivity of data at the facilities concerned and the level of security clearance carried by the Health Care Facility (HCF) personnel for the function under contract. The Contractor shall ensure that their personnel meet the above restrictions, and that confidential and proprietary information shall be divulged only to those officers and officials of the VA Medical Center that are authorized to receive such information.
Contractor personnel performing work under this contract shall satisfy all requirements
for appropriate security eligibility in dealing with access to sensitive information
belonging to or being used on behalf of the Department of Veterans Affairs. To satisfy
the requirements of the Department of Veterans Affairs a low risk level Background
Investigation shall be conducted prior to performing work under this contract.
Appropriate Background Investigation (Bl) forms will be provided upon contract award,
and are to be completed and returned to the VA Office of Security and Law Enforcement
(OSL&E) within 30 days for processing. Access to VA information resources cannot be
made available until the Security Investigations Center submits the investigatory packet
to OPM for processing. At that time the investigation is considered "initiated" and access can be provided. Contractors will be notified by OSL&E when the BI has been completed and adjudicated.
The investigative history for contractor personnel working under this contract must be
maintained in the databases of either the Office of Personnel Management (OPM) or the Defense Industrial Security Clearance Organization (DISCO). Should the contractor use a vendor other than OPM or Defense Security Service (DSS) to conduct investigations, the investigative company must be certified by OPM/DSS to conduct contractor investigations.
All costs associated with obtaining clearances for contractor provided personnel will be
the responsibility of the contractor. Further, the contractor will be responsible for the
actions of all individuals provided to work for the VA under this contract. In the event
that damages arise from work performed by contractor provided personnel, under the
auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident.

4. PRIVACY/INFORMATION SECURITY/RECORDS MANAGEMENT:

All Contractor employees are required to complete the VA's on-line Security Awareness
Training Course. Contracted employees will have to self-register at
https:// www.tms.va.gov/learning/user/SelfRegistrationUserSelection.do. Once
registered, enroll in class va 10176 VA Privacy and Information Security Awareness and
Rules of Behavior. Contractors must provide signed certifications of completion to the
Contracting Officer Representative (COR) during each year of the contract life and
within 30 days of the contract start date. This requirement is in addition to any other
training that may be required of the contractor.
No unauthorized Photography or Video on medical center premises. Per VA Regulations
1.218(b) (23) Use of recording devices of any kind to record patients or employees is strictly
prohibited.
Upon completion or termination of the applicable contract(s) or agreement(s), return
and/or destroy, at Covered Entity's option, VA information gathered, created, received,
or processed during the performance of the contract(s) or agreement(s). No data will be
retained by Business Associate, or contractor, subcontractor, or other agent of Business
Associate, unless retention is required by law and specifically permitted by Covered
Entity. As deemed appropriate by and under the direction of Covered Entity, Business
Associate shall provide written assurance that all VA information has been returned to
Covered Entity or destroyed by Business Associate. If immediate return or destruction of
all data is not possible, Business Associate shall notify Covered Entity and assure that all VA information retained will be safeguarded to prevent unauthorized Uses or disclosures.
Prior to termination or completion of this contract, contractor/subcontractor must not
destroy information received from VA, or gathered/created by the contractor in the
course of performing this contract without prior written approval by the VA. Any data
destruction done on behalf of VA by a contractor/subcontractor must be done in
accordance with National Archives and Records Administration (NARA) requirements as
outlined in VA Directive 6300, Records and Information Management and its Handbook
6300.1 Records Management Procedures, applicable VA Records Control Schedules, and
VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor
that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract.

5. ORDERS
PLACING ORDERS: The contractor shall have a dispatcher available 24 hours a day
7 days a week to receive request. VA will FAX or Contractor will pick-up next day
transportation requirements between 4:00 and 4:30 pm daily. The VA transportation
office will maintain a log for all trips on the request. Conformation of receipt of the
transportation request shall be made between 4:00 pm and 4:30 pm each day. Orders,
requests, or changes shall only be made by the Transportation Clerk or Administrative
officer of the Day (AOD). Changes will be made by telephone, fax and shall be
confirmed immediately upon receipt. A list of authorized ordering personnel shall be
made available upon award of the contract. The VA will notify the contractor of such
changes as they occur.
SAME DAY TRANSPORTATION REQUEST: During the course of the day, it may
become necessary to add patients to the Contractor's list. When this occurs, the VA will
fax, telephone or use two-way radio the request to the contractor. The transportation
office will maintain a log for all same day trips (including weekend and holidays) which
will include the patients name, location/destination, time of call and requested pick up
time. The contractor shall immediately confirm the request and confirm the time the
patient is to be picked up.
PICK-UP AND DELIVERY: The Contractor shall pick-up and deliver patient to the
specific clinic where the patient's treatment is being provided. Patients shall be picked
up within 15 minutes (before or after the scheduled pick-up time). In no instance shall
Contractors drop patients off in the hall or entrance of the VA. Adherence to schedules is of utmost importance.
Trip tickets shall be process by the travel office no later than 4:00 pm for next business.
Trip tickets for all same day trips are completed as soon as travel request are processes.
Trip tickets shall indicate date of trip, pickup and delivery points, veteran's name and
last four of social security number.
CANCELLATIONS: The contractor shall not charge for scheduled trips cancelled sixty
(60) minutes prior to pick-up time. For trips scheduled for the same day there shall be
no charge to the Government for cancellations made prior to the vehicle being dispatched.
WAITING TIME: Wait time is defined as the amount of time spent waiting after a .
scheduled pick up time. For time lost in waiting at either end or both ends of the trip due
to causes beyond control, the contractor shall be reimbursed at the rate specified in the
schedule of supplies and services. If the pick-up is other than at the designated area, the
Contractor shall call the Transportation Office or Medical Administrative Officer (AOD)
on duty as soon as the Contractor anticipates that a delay may develop for which he/she
expects to claim reimbursement. This call is only for the purpose of verifying his arrival
time at the pick-up point and is not necessary if the Contractor anticipates no delay for
which he shall claim reimbursement. All wait time charges must be approved by the Transportation Office and supported by Notification to the Travel Clerk or AOD.

6. SERVICE DISRUPTION:
The Contractor shall immediately report any and all vehicle breakdowns or other problems, which may cause service disruptions to the COR. When a breakdown occurs, the contractor shall provide a back-up vehicle to minimize any delay or inconvenience to the customer(s). When conditions, neither foreseeable and/or controllable by the Contractor occur, such as severe storms, flooding, hazardous road and travel conditions, time and distance requirements shall be considered secondary to safety precautions. Delays or exceptions to the required quality of services shall be reported to the Travel Clerk or AOD.
Contractor shall immediately report all incidents and accidents, including those where
there is no apparent injury to the patient, which occurs while transporting VA
beneficiaries. The driver shall provide a written report documenting the facts of the
incident/accident to the COR within 24 hours of the occurrence. The written report shall
include the names, addresses, and telephone numbers of any witnesses as well as any
applicable Police Reports. Any accident involving major or minor damage,
serious/minor personal injury or loss of life shall be reported to the COR immediately.
Records shall be kept for three (3) years for each accident a vehicle is involved in,
including the repair work required to return the vehicle to service.
If for any reason the Contractor is unable to perform services as outlined in this contract,
the vendor will be responsible to coordinate alternative services with full responsibility to
ensure the alternative vendor meets the requirements of this contract and at no additional
cost to the government.
The Contractor shall provide no less than six months of notice to the COR and
Contracting Officer prior to discontinuing services associated with this contract. If the
vendor discontinues service for any reason, or the government discontinues service due to
performance, the vendor will be responsible to return any prepayment to the government
within 60 days from the date service ended. In this case the vendor must return the
monthly prorated amount for the months whereas service was not or will not be provided
to the government. The same requirement applies to minimum payments.

7. NUMBER OF PATIENTS:
Generally, only one patient shall be transported on a trip unless authorized by the Tuscaloosa VA Medical Center Transportation Office. The Contractor shall not transport more than the number of patients for which can be safely transported. If Contractor transports more than one patient without approval, payment for extra patient shall not be made. With proper approval, the VA shall allow the Contractor to charge on a per patient basis when more than one patient is transported. The Contractor must ensure that pick-ups and drop-offs are scheduled so that the total distance traveled shall result in the most economical charge to the Government.
8. RATES:
For all one-way trips within 25-mile radius of the Tuscaloosa VA Medical Center the Contractor shall receive the flat rate awarded for that trip. The Contractor shall also
receive the mileage charge awarded for any one-way trips in excess of the flat rate outside the 25-mile radius. In no event shall the Contractor receive reimbursement for the mileage charge for any mileage inside the 25-mile radius. Payment for mileage travel beyond the 25-mile radius shall be limited to the distance, according to the Rand McNally's Trip Maker, over which the patient is transported. For the purpose of this contract the city limits are define as 25 mile radius from the Tuscaloosa VA Medical Center. Access Rand McNally's Trip Maker at: www.randmcnally.com

Toll Charges: It is agreed and understood that the prices quoted in the schedule do not
include any ferry, bridge, tunnel or road toll charges. Any such legitimate toll charges incurred shall be limited to Two Way only and shall be listed separately on Contractor's trip tickets and invoice.
9. PAYMENTS:
Payment shall be made monthly in arrears upon receipt of the proper invoice. Invoices must be submitted the first workday of each month for trips provided during the prior month. The invoice must contain the following information:
A. Contract Number
B. Date of trip
C. Number of miles, if billing for miles
D. Documentation of circumstances when billing for attempted pick-up and/or waiting time.
E. Invoices shall be in numerical order any unauthorized charges shall be suspended until supporting documentation can be provided and submitted for payment.
10. INSURANCE:
Before award of the contract, the Contractor shall furnish to the Contracting
Officer a Certificate of Insurance (see FAR Clause 52.228-10) containing an endorsement
to the effect that cancellation or any material change in the policy which adversely affect
the interest of the government, shall not be effective unless a thirty (30) day written
notice of cancellation or change is furnished to the Contracting Officer. The term "will
endeavor" is not acceptable as issued by Insurance Carrier. The Contractor is fully
responsible for all associated risks for the duration of services provided to include but not
limited to; loss or harm to persons or property, medical and professional liability, and any
other risk or behavior associated with the Contractors personal, equipment, and or
operations.
11. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COR):
The COR will be appointed on writing and forward to the contractor upon contract
award. The COR shall be responsible for monitoring the performance of this contract. A
copy of the designation shall be furnished to the contractor. COR shall be the primary
contact for the Contractor at the VA. Upon award, Contractor shall provide a primary point of contact to the COR and Contracting Officer for the COR to coordinate the daily operational issues.

Contractor and the COR shall periodically make site visits to each other's area of
operation in order to gain and maintain a familiarity with each other's internal operation.

12. PERFORMANCE SUMMARY:

PERFORMANCE STANDARDS SUMMARY

REQUIRED SERVICE
PERFORMANCE STANDARD
MONITORING METHOD
INCENTIVE / DISINCENTIVES FOR MEETING OR NOT MEETING THE PERFORMANCE STANDARDS
The Quality of Services Provided Meet or Exceed the Industry Standards for Care, Regulatory Requirements, and the Expectations of the Medical Center.
The Contractor will proactively ensure the highest possible level in quality of services and immediately correct urgent quality concerns such as safety, health, and or other concerns of significance to the patients or the agency and will have 72 hours to address non urgent quality concerns.
Audits, Reports, Surveys, and or Complaints.

(Urgent or serious as defined by the TVAMC Medical Center).
The Contractor will coordinate alternative ambulance services meeting the standards of this contract for any period where this performance standard is not met without additional cost to the government. Any alternative vendor performance issues will be reflected as the contractor s performance.
The government reserve the right to review the contract for termination (with the option to terminate the contract without cost to the government) for serious reoccurring quality concerns, similar or varying in nature.
Review next day service schedule.
Confirm service request with transportation office no later than 4:30 pm daily, 95% on time per billing period.
Telephone or fax confirmation to transportation office.
5% of the total invoice amount shall be deducted when performance standard is missed.
For scheduled services:
Pick-up Patients.
Pick-up patient within 15 minutes before or after scheduled pick-up time, 95% on time per billing period.
Trip ticket and patient inquiry.
If contractor is more than 30 minutes late for a pickup, the government reserves the right to procure the services of another provider and charge the vendor any excess expense or charge the contractor for wait time as specified in the contract.
5% of the total invoice amount shall be deducted when performance standard is missed.
Same Day Service.
Confirm receipt of transportation request and pick up time immediately upon receipt of request, 95% on time per billing period.
Pick up patient within 15 minutes before or after schedule pick-up time, 95% on time per billing period.
Telephone, fax, or email notification / request for wait time to transportation office.

Trip ticket and patient inquiry.
If contractor is more than 30 minutes late for a pickup, the government reserves the right to procure the services of another provider and charge the vendor any excess expense or charge the contractor for wait time as specified in the contract.
5% of the total invoice amount shall be deducted when performance standard is missed.
Wait time.
Contractor shall wait at least 15 minutes after scheduled pick up time before requesting wait time. Request received on time 95% of the time per billing period.
Telephone, fax, or email notification / request for wait time to transportation office.
The contractor shall be paid the rate stipulated in the contract for wait time over 15 minutes when authorized. If contractor fails to meet performance standards, 1% of the total invoice amount shall be deducted.
Pick-up of next day scheduled trips.
Trip s scheduled for the next day shall be picked-up no later than 4:00 pm the next business day.
Trip ticket and patient inquiry.
1% of the total invoice amount shall be deducted.
Deliver itemized report with trip ticket invoices to the transportation office.
Deliver trip ticket invoices no later than first workday of the month for all trips completed prior month, 95% on time rate.
Delivery date and time annotated and signed by person receiving invoices at the transportation office.
1% of the total invoice amount shall be deducted.

If any performance standard is missed within a billing period, the COTR shall notify the vendor
and request that the invoice be submitted with the appropriate deductions.
PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1,600.00
EA
__________________
__________________

TRIPS/SERVICES BASIC LIFE SUPPORT (BLS)
0002

400.00
EA
__________________
__________________

TRIPS/SERVICES ADVANCED LIFE SUPPORT (ALS)
0003

20,000.00
EA
__________________
__________________

ESTIMATED MILEAGE FOR BLS AND/OR ALS
0004

115.00
EA
__________________
__________________

WAIT TIMES PER HOUR = $ OR PER 4 QTR HOURS = $
1001

1,600.00
EA
__________________
__________________

TRIPS/SERVICES BASIC LIFE SUPPORT (BLS)
1002

400.00
EA
__________________
__________________

TRIPS/SERVICES ADVANCED LIFE SUPPORT (ALS)
1003

20,000.00
EA
__________________
__________________

ESTIMATED MILEAGE FOR BLS AND/OR ALS
1004

115.00
EA
__________________
__________________

WAIT TIMES PER HOUR = $ OR PER 4 QTR HOURS = $
2001

1,600.00
EA
__________________
__________________

TRIPS/SERVICES BASIC LIFE SUPPORT (BLS)
2002

400.00
EA
__________________
__________________

TRIPS/SERVICES ADVANCED LIFE SUPPORT (ALS)
2003

20,000.00
EA
__________________
__________________

ESTIMATED MILEAGE FOR BLS AND/OR ALS
2004

115.00
EA
__________________
__________________

WAIT TIMES PER HOUR = $ OR PER 4 QTR HOURS = $
3001

1,600.00
EA
__________________
__________________

TRIPS/SERVICES BASIC LIFE SUPPORT (BLS)
3002

400.00
EA
__________________
__________________

TRIPS/SERVICES ADVANCED LIFE SUPPORT (ALS)
3003

20,000.00
EA
__________________
__________________

ESTIMATED MILEAGE FOR BLS AND/OR ALS
3004

115.00
EA
__________________
__________________

WAIT TIMES PER HOUR = $ OR PER 4 QTR HOURS = $
4001

1,600.00
EA
__________________
__________________

TRIPS/SERVICES BASIC LIFE SUPPORT (BLS)
4002

400.00
EA
__________________
__________________

TRIPS/SERVICES ADVANCED LIFE SUPPORT (ALS)
4003

20,000.00
EA
__________________
__________________

ESTIMATED MILEAGE FOR BLS AND/OR ALS
4004

115.00
EA
__________________
__________________

WAIT TIMES PER HOUR = $ OR PER 4 QTR HOURS = $


GRAND TOTAL
__________________
Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >