Skip to main content

An official website of the United States government

You have 2 new alerts

Ambulance Services, Robins AFB, GA

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jan 27, 2023 02:54 pm EST
  • Original Published Date: Jan 17, 2023 04:41 pm EST
  • Updated Date Offers Due: Feb 16, 2023 05:00 pm EST
  • Original Date Offers Due: Feb 16, 2023 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 03, 2023
  • Original Inactive Date: Mar 03, 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:
    Warner Robins , GA 31098
    USA

Description

The purpose of this Amendment 2 is to:

  1. Replace Attach 1 SF1449 Synopsis Solicitation FA8501.docx with Attach 1 SF1449 Synopsis Solicitation FA8501-23-Q-0002_REV1.docx. FAR Provision 52.212-2 updated to include reference to See FAR 52.212-2 Addendum for clarity.
  2. Incorporate Attachment 8 Questions and Answers (Q&A).
  3. Include additional note regarding SPRS requirement:

NOTE: To be considered for award contractor must have a current Supplier Performance Risk System (SPRS) assessment (i.e.,not more than 3 years old) IAW DFARS 252.204-7019(b). Contractors can register at:https://www.sprs.csd.disa.mil/

FA8501-22-Q-0003:  Amendment 1

The purpose of this Amendment 1 is to revise language in the Description Area of Sam posting. 

This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested.

In this Request for Quotations (RFQ) (also referred to as “solicitation”) any reference to the words “offer(s),” offeror(s),” and “proposal(s)” should be understood as the words “quotation(s),” “vendor(s),” and “quote(s),” respectively.

Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA8501-23-Q-0002. The Air Force Sustainment Center, Robins AFB, Georgia requires the contractor to provide for all labor, management, supervision, vehicles, supplies, equipment, transportation, reports, and services necessary to provide for full coverage of 24-hour a day Paramedic emergency ambulance services for patient transport from all of Robins AFB (RAFB), GA as detailed in the attached Performance Work Statement (PWS).

This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items, as supplemented. This procurement will be conducted as a Total Small Business Set-Asideplease identify your business size in your response. Award will be made to the responsible offeror whose proposal is determined to be technically acceptable and offers the lowest price.  Technical acceptability will be determined by whether the quote conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements.  Please review FAR 52.212-1 and FAR 52.212-2 addendums (Attachments #6 and #7) for further information regarding the award process.

The North American Industry Classification System code (NAICS) is 621910, Ambulance Services, with a size standard of $22.5M. A firm fixed price (FFP) contract will be awarded. There will be no advance payments. The Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The Quote must contain sufficient Price and Technical information for evaluation.

Offerors must be registered in SAM.GOV database prior to submission of an offer to be considered for award. This may be accomplished electronically at http://www.SAM.gov.

The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER.

Period of Performance. The Government reserves the right to award a resulting contract, if any, prior to the Period of Performance dates identified in the SF1449, if deemed in the best interest of the Government for coverage purposes. The resulting actual dates would be adjusted accordingly if awarded prior to 1 April 2023. The period of performance term lengths remains as stated in the Attachment 1 SF1449.

Questions regarding this solicitation shall be submitted via email to Points of Contact identified in this synopsis/solicitation. Do not include any proprietary information in your question, because the Government may post the question and response to all potential Offerors under this solicitation on http://www.SAM.gov. All solicitation questions must be submitted no later than 5:00 PM ET 31 January 2023. The Government is under no obligation to respond to questions received after 5:00 PM ET 31 January 2023 but may provide a response at its discretion.

In accordance with FAR 13.003(f), electronic commerce method to receive proposals, modifications, and revisions is permitted and preferred. Buyer and Contracting Officer's email addresses for submissions are listed within this posting.  All quotes shall be submitted via email in the format of MSOffice compatible, adobe pdf, or equivalent document formats to the Points of Contact (POC) listed below no later than 5:00 PM ET on 16 February 2023.

Synopsis/Solicitation Point(s) of Contact:

  • Contracting Officer, Alex Weichold: alex.weichold@us.af.mil           
  • Contract Specialist, Adriana Lytle:    adriana.lytle@us.af.mil

List of Synopsis/Solicitation Attachments:

  1. SF 1449 Combined Synopsis/Solicitation
  2. Performance Work Statement (PWS) &CDRLs
  3. Wage Determinations (WD) 2015-4495 REV 20
  4. Government Furnished Property Listing (GFP)
  5. Pricing Table
  6. Instructions to Offerors Addendum to FAR 52.212-1
  7. Evaluation of Offerors Addendum to FAR 52.212-2

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 478 222 4098 375 PERRY ST BLDG 255
  • ROBINS AFB , GA 31098-1672
  • USA

Primary Point of Contact

Secondary Point of Contact

History