Loading...
21-R-77 - Task Order Agreement with AACOG for Emergency Medical Services on Joint Base San Antonio RandolphRESOLUTION NO. 21 -R -77 A RESOLUTION BY THE CITY COUNCIL OF THE CITY OF SCHERTZ, TEXAS AUTHORIZING THE CITY MANAGER TO ENTER INTO A TASK ORDER AGREEMENT WITH AACOG FOR EMERGENCY MEDICAL SERVICES ON JOINT BASE SAN ANTONIO - RANDOLPH AND OTHER MATTERS IN CONNECTION THEREWITH WHEREAS, the City of Schertz and AACOG have an ILA for the provisions of goods and services to JBSA- Randolph; and WHEREAS, these services can be awarded through a Task Order; and WHEREAS, Schertz Emergency Medical Services provides regional emergency medical services in a 220 square mile service area that includes the municipalities of Schertz, Cibolo, Live Oak, Marion, Santa Clara, Selma, Universal City, western Guadalupe County, Comal County ESD #6 and a small area of unincorporated Bexar County; and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into an agreement with AACOG for Emergency Medical Services on Joint Base San Antonio - Randolph pursuant to the Task Order attached hereto as Exhibit A (the "Task Order'). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SCHERTZ, TEXAS THAT: Section 1. The City Council hereby authorizes the City Manager to enter into a task order agreement with AACOG substantially in the form set forth on Exhibit A. Section 2. The recitals contained in the preamble hereof are hereby found to be true, and such recitals are hereby made a part of this Resolution for all purposes and are adopted as a part of the judgment and findings of the City Council. Section 3. All resolutions, or parts thereof, which are in conflict or inconsistent with any provision of this Resolution are hereby repealed to the extent of such conflict, and the provisions of this Resolution shall be and remain controlling as to the matters resolved herein. Section 4. This Resolution shall be construed and enforced in accordance with the laws of the State of Texas and the United States of America. 50417899.1 Section 5. If any provision of this Resolution or the application thereof to any person or circumstance shall be held to be invalid, the remainder of this Resolution and the application of such provision to other persons and circumstances shall nevertheless be valid, and the City Council hereby declares that this Resolution would have been enacted without such invalid provision. Section 6. It is officially found, determined, and declared that the meeting at which this Resolution is adopted was open to the public and public notice of the time, place, and subject matter of the public business to be considered at such meeting, including this Resolution, was given, all as required by Chapter 551, Texas Government Code, as amended. Section 7. This Resolution shall be in force and effect from and after its final passage, and it is so resolved. PASSED AND ADOPTED, this 27th day of July, 2021. ATTEST: f. Secretary 50417899.1 CITY OF SCHERTZ, TEXAS Mayor A -1 SOLICITATION /CONTRACT /ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 2. CONTRACT NO. 3. AWARD /EFFECTIVE 4. ORDER NUMBER DATE FA301621PO152 a. NAME 7. FOR SOLICITATION 1. REQUISITION NUMBER F2MTWL1193AW01 5. SOLICITATION NUMBER PAGE 1 OF 16 PAGE 1 OF 16 6. SOLICITATION ISSUE DATE b. TELEPHONE NUMBER (No collect 18. OFFER DUE DATE/ calls) LOCAL TIME INFORMATION CALL: Marcus Reedom, Contracting Officer 210- 652 -8427 9. ISSUED BY CODE FA3016 10. THIS ACQUISITION IS )(,UNRESTRICTED OR SET A FA3016 502 CONS CIL WOMEN -OWNED SMALL BUSINESS 1655 SELFRIDGE AVE BLDG 5450 SMALL BUSINESS F-1 (WOSB) ELIGIBLE UNDER THE WOMEN -OWNED CP 210 - 671 -3617 HUBZONE SMALL SMALL BUSINESS PROGRAM NAICS: JBSA LACKLAND, TX 78236 -5286 ❑ BUSINESS United States ❑ EDWOSB 485113 Emily Deck, Contract Specialist Ei SERVICE- DISABLED SIZE STANDARC Marcus Reedom, Contracting Officer VETERAN -OWNED SMALL BUSINESS 8 (A) 11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERMS 113b. RATING TION UNLESS BLOCK IS F1 138. THIS CONTRACT IS A MARKED Net Days 30 RATED ORDER UNDER 14 METHOD OF SOLICITATION DPAS (15 CFR 700) ❑ SEE SCHEDULE ❑RFQ ❑ IFB 15. DELIVER TO SEE SCHEDULE CODE 16. ADMINISTERED BY CODE FA3016 502 CONS CL CP 210 - 671 -3617 1655 SELFRIDGE AVE BLDG 5450 JBSA LACKLAND, TX 78236-5286 United States 17a. CONTRACTOR/ CODE V 433R8 FACILITY �I OFFEROR CODE L�.. Alamo Area Council Of Governments John Clamp 8700 TESORO DR STE 160 SAN ANTONIO, TX 78217 -6221 USA Clifford Herberg, Telephone: 210- 362 -5295 Email: CHerberg @aacog.com TELEPHONE NO 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN El OFFER 19. ITEM NO. See Schedule 20. SCHEDULE OF SUPPLIES /SERVICES % FOR: JRFP FA3016 18a. PAYMENT WILL BE MADE BY CODE I F87700 ACCTG DISB STA NR 387700 DFAS DEAMS 27 ARKANSAS RD LIMESTONE, ME 04751 -6216 United States SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED ❑ SEE ADDENDUM 21. 22. 23. 24. QUANTITY UNIT UNIT PRICE AMOUNT ruse rceverse annior wrecn Aaamonar aneers as mecessa 1 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) See Section G $667,491.96 ❑ 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212 -1, 52.212 -4. FAR 52.212 -3 AND 52.212 -5 ARE ATTACHED. ADDENDA ❑ ARE ❑ ARE NOT ATTACHED ❑ 27b. CONTRACTIPURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212 -4. FAR 52.212 -5 IS ATTACHED. ADDENDA ❑ ARE ❑ ARE NOT ATTACHED ❑X 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 ❑ 29. AWARD OF CONTRACT: REF. OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR /CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (Type orprint) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type orprint) 31c. DATE SIGNED MARCUS J.REEDOM AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 Solicitation /Contract Form PAGE 2 OF 16 FA301621P0152 PAGE 3 OF 16 Supplies or Services and Prices /Cost Additional Information/Notes Item Supplies /Service Quantity Unit Unit Price Amount Emergency Medical Services (EMS) ground transport services 24/7 for patients requiring emergency transportation from Randolph in accordance with the Performance Work Statement (PWS). Firm Price Period of performance is 09/27/2021 - 09 USD 667,491.96 0101 /26/2022. 12 Months USD 55,624.33 Funded Amount USD 667,491.96 Purchase Requisition Number: F2MTWL1193AW01 Product Service Code: Q999 Firm Fixed Price CIN:00000000000006771516 ACRN:AA Emergency Medical Services (EMS) ground transport services 24/7 for patients requiring emergency transportation from Randolph in accordance with the Option Performance Work Statement (PWS). Firm Price Line Period of performance is 09/27/2022 - 09 12 Months USD 57,293.06 USD 687,516.72 Item /26/2023. 0201 Purchase Requisition Number: F2MTWL1193AW01 Product Service Code: Q999 Firm Fixed Price Emergency Medical Services (EMS) ground transport services 24/7 for patients requiring emergency transportation from Randolph in accordance with the Option Performance Work Statement (PWS). Firm Price Line Period of performance is 09/27/2023 - 09 12 Months USD 59,011.85 USD 708,142.20 Item /26/2024. 0301 Purchase Requisition Number: F2MTWL1193AW01 Product Service Code: Q999 Firm Fixed Price Emergency Medical Services (EMS) ground transport services 24/7 for patients requiring emergency transportation from Randolph in accordance with the Option Performance Work Statement (PWS). Firm Price Line Period of performance is 09/27/2024 - 09 12 Months USD 60,782.21 USD 729,386.52 Item /26/2025. 0401 Purchase Requisition Number: F2MTWL1193AW01 Product Service Code: Q999 Firm Fixed Price PA301621P0152 Option Line Item 0501 Emergency Medical Services (EMS) ground transport services 24/7 for patients requiring emergency transportation from Randolph in accordance with the Performance Work Statement (PWS). Period of performance is 09/27/2025 - 09 /26/2026. Purchase Requisition Number: F2MTWL1193AW01 Product Service Code: Q999 Firm Fixed Price 12 Months USD 62,605.68 PAGE 4 OF 16 Firm Price USD 751,268.16 FA301621P0152 PAGE 5 OF 16 Description /Specifications /Statement of Work Contractor shall comply with the terms and conditions of this order, to include the Performance Work Statement and the attached IGSA. Requirements Randolph Emergency Medical Services (EMS) Ambulance Ground Transport Services. FA301621P0152 Packaging and Marking PAGE 6 OF 16 FA301621P0152 Inspection and Acceptance OfficeCode: Arthur Gonzales Ekiail: arthur.g.gonzales.eiv(o.)mail.miI Telephone: 210-652-6553 Option Line Its 0201 Inspection and Acceptance Location Both Destination Instructions: Contact POC to schedule delivery DoDAAC: F2MTWL Cage: DunsNumber: Duns4Number: CountryCode: USA F2MTWL 559 MDG CCR AF NO MILBILLS PROC CP 2102928329 1100 WILFORD HALL LOOP BLDG 4554 JBSA LACKLAND, TX 78236 5638 UNITED STATES OfficeCode: Arthur Gonzales Email: arthtir.g.gonzales.civ@mail.mil Telephone: 210-652-6553 Option Line Item 0301 Inspection and Acceptance Location Both Destination Instructions: Contact POC to schedule delivery DoDAAC: F2MTWL Cage: DunsNumber: Duns4Number: CountryCode: USA F2MTVL 559 MDG CCR PAGE 7 OF 16 FA301621P0I52 AF NO MILB ILLS PROC CP 2102928329 1100 WILF ORD HALL LOOP BLDG 4554 JBSA LACKLAND, TX 78236 5638 UNITED STATES OfficeCode: Arthur Gonzales Email: arthur.g.gonza1es.eiv@maiLmil Telephone: 210..652-6553 Option Line its 0401 Inspection and Acceptance Location Both Destination Instnactions: Contact POC to schedule delivery DoDAAC: F2MTWL Cage: DunsNumber: DunANumbcr: CoaritryCode: USA F2MTWL 559 MDG CCR AF NO MILBILLS PROC CP 2102928329 1100 WILFORD HALL 1.001, BLDG 4.554 JBSA LACKLAND, TX 78236 5638 UNITED STATES OfficeCode: Arthur Gonzales Email: artLhur.g..gonzales.eiv@mail.mil Telephone-, 210-652-6553 Option Line Item 0501 Inspection and Acceptance Location Both Destination Instructions: Contact POC to schedule delivery DoDAAC: F2MT'WL Cage: DunsNumben Duns4Numb= CountryCode: USA F2MTW.L 559.MDG CCR AF NO MILBILLS PROC CP 2102928329 1100 WILFORD HALL LOOP BLDG 4554 JBSALACKLAN­D, TX782365638 UNITED STX1'ES OfficeCode: Arthur Gonzales Email: arttiur.g.gonzales.civ@mail.mil Telephone: 210-652-6553 PAGE 8 OF 16 FA301621P0I52 Deliveries or Performance Contractor Destination 0101 Delivery Schedule Period of Performance From 27 SEP 2021 To 26 SEP 2022 Option Line Item 0201 Delivery Schedule Period of Performance From 27 SEP 2022 To 26 SEP 2023 Option Line Item 0301 Delivery Schedule Period of Performance From 27 SEP 2023 To 26 SEP 2024 Option Line Item 0401 Delivery Schedule Period of Performance From 27 SEP 2024 To 26 SEP 2025 Option Line Item 0501 Delivery Schedule Period of Performance From 27 SEP 2025 PAGE 9OF16 FA301621PO152 To 26 SEP 2026 PAGE 10 OF 16 FA301621P0152 PAGE 11 OF 16 Contract Administration Data FA301621P0152 Special Contract Requirements PAGE 12 OF 16 FA301621P0152 PAGE 13 OF 16 Contract Clauses Terms of Order The term of this Order shall be five one -year ordering periods. The term of the first ordering period shall be for one year beginning 27 Sep 2021 and ending 26 Sep 2022. The United States shall only be obligated for only one year of performance under the Order, as it has no authority to obligate additional periods of performance without appropriation of adequate funds by the Congress. The United States shall only be obligated for an additional year of performance upon receipt of such funds, and only upon written notice by the Contracting Officer of an intent to award the ordering period for an additional year of performance. The Contracting Officer shall provide notice of the renewal of the ordering period at least 10 calendar days prior to the expiration of then current performance period. The Contracting Officer may condition the renewal upon availability of funds, and may suspend performance of the renewed period at no additional cost to the United States, until adequate funds have been received. If funds are not received, the parties agree that the ordering period can be unilaterally terminated by the Contracting Officer without further liability to the United States. Payment The United States shall pay AACOG for services based upon satisfactory completion of services on a monthly basis. Payment shall be based for services provided as set forth in this Order. AACOG shall not include any State or Local taxes in the prices it charges the United States unless approved by the Contracting Officer in advance. AACOG shall electronically submit invoices or payment requests to the Government's Coordination Representative (CR) and the Contracting Officer. The Contracting Officer will not authorize payment unless all billed services have been satisfactorily completed, and may reduce the amount(s) billed for unsatisfactory or partial performance, or for other reasons specified in this Order. DFARS Clause 252.232 -7006 Wide Area Workflow Payment (DEC 2018) (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract /order: (1) Document type. The Contractor shall use the following document type: Invoice 2inl (2)Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA3016 Admin DoDAAC FA3016 Inspect By DoDAAC F2MTWL Service Approver (DoDAAC) F2MTWL Service Acceptor (DoDAAC) F2MTWL (End of clause) * *WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Contracting Officer: rachel.demone @us.af.mil Government POC: arthur.g.gonzales.civ @mail.mil FA301621P0152 PAGE 14 OF 16 Open Communications The Parties shall identify and present any issues and concerns that could potentially impede successful performance of the Order in a timely and professional manner. AACOG shall maintain a quality control plan lAW the performance work statement to ensure all work is completed within the specified timelines and quality standards specified in the Order. Approximately 45 days before performance begins for the 1 st ordering period, an initial joint meeting of the Parties will be conducted to discuss the terms of the Order. A multifunctional team should meet annually to discuss the Order and consider any changes to the Order. Any party can propose changes at any time. All changes must be reduced to writing and incorporated by modification to Order by the Contracting Officer in order to be effective. Applicable Law The Order is subject to the law and regulations of the United States. If any federal statue expressly prescribes policies or requirements that differ from the terms and conditions of this IGSA, the provisions of the statute shall govern. Government and Contractor Points of Contact CR or his designated representative: Arthur G. Gonzales 559 MDS 210 - 652 -6553 arthur.g.gonzales.civ @ mail.mil Contractor info: Clifford Herberg Alamo Area Council of Governments ( AACOG) Address: 2700 NE Loop 410, Suite 101 San Antonio, TX 78217 Telephone: 210-362-5295 Cell: 210 - 232 -2368 Email: CHerberg @aacog.com Contracting Officer Rachel E. Demone 502d Contracting Squadron (502 CONS /JBKCA) Address: 395 B. Street West, Suite 2, Bldg 224 JBSA Randolph, TX 78150 -4525 Telephone: 210- 652 -5462 Email: rachel.demone @us.af.mil Unless otherwise specified, all notices under this Order shall be provided to the POCs specified above. Continuity of Service AACOG recognizes that the services under this Order are vital to the United States and must be continued without interruption, and performed even in event of a dispute between the parties. Should the United States terminate this Order for any reason, AACOG agrees to furnish phase -in training to any successor contractor and FA301621P0152 PAGE 15 OF 16 exercise its best efforts and cooperation to effect an orderly and efficient transition of services. Wages and Labor Law Provision AACOG shall be exempt from federal labor statutes, provided it pays its employees at wage grades or rates normally paid by AACOG. In no event, however, shall any employee be paid at wage rate below the minimum wage established in the Fair Labor Standards Act, The AACOG shall comply with all applicable federal, state and local occupational safety and health requirements and standards. If AACOG has knowledge that any actual or potential labor dispute by its employees may delay or threaten to delay performance of the contract, the AACOG shall immediately notify the CR and the Contracting Officer. AACOG shall provide timely updates until the dispute is resolved. FA301621P0152 PAGE 16 OF 16 List of Attachments Number Attachment Name Attachment Reference Identifier Date URL Line Item Description EMS PWS 1 June Performance Work 25 JUN 01 2021 Statement 2021 J13SA and AACOG Agreement - JBSA and AACOG 19 JUL 02 Finalized IGSA IGSA 20190920 2021 20190920 FA301621P0152