Occupational Health Exams

Agency:
State: Massachusetts
Type of Government: Federal
FSC Category:
  • Q - Medical Services
NAICS Category:
  • 621111 - Offices of Physicians (except Mental Health Specialists)
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Feb 29, 2024
Due Date: Mar 29, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Occupational Health Exams
Active
Contract Opportunity
Notice ID
W912SV-24-Q-0008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NE USPFO ACTIVITY MA ARNG
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 (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 29, 2024 10:52 am EST
  • Original Date Offers Due: Mar 29, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Q403 - MEDICAL- EVALUATION/SCREENING
  • NAICS Code:
    • 621111 - Offices of Physicians (except Mental Health Specialists)
  • Place of Performance:
    MA
    USA
Description

This is a combined synopsis/solicitation for commercial 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 and a written solicitation will not be issued.



The solicitation is being issued as a Request for Quote; the solicitation number is W912SV-24-Q-0008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-02.



This requirement is issued under a Total Small Business set-aside using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 621111 – Offices of Physicians (except Mental Health Specialists). The small business size standard is $16M. Interested vendors must add the applicable NAICS to their System for Award Management (SAM) Representations and Certifications prior to submitting their responses.



Description of Services:



General: Designated full-time support (FTS), both civilian, and uniformed federal technicians who are selected to be employees, or current employees who are potentially exposed to health hazards in the work environment are required to undergo job related Occupational Health exams. The Performance Work Statement (PWS) supports the Massachusetts Army National Guard (MA ARNG) Occupational Health Program in accordance with the Occupation Safety and Health Association (OSHA) and other regulations. The estimated number of personnel to be examined and tested is from a minimum of 10 to a maximum of 225 each year. The Government has the right to increase or decrease the number of personnel depending on employee population.



Description of Services: The contractor shall provide all labor, personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform the service of testing, screening, and physical exam of each employee as defined in the PWS.



Background: The Massachusetts Army National Guard (MAARNG) Occupational Health Program encompasses review of job-related medical examinations. Exams are performed to identify any health ailments precluding an individual from performing the essential functions of their position, to prevent work-related health ailments by assessing the health status of individuals in relation to their work, and making medical recommendations regarding placement, accommodation, and exposure controls. The classification of medical examinations includes:



a. Medical Qualification



b. Medical Surveillance



c. Termination / Retirement



d. Fitness for duty



e. Audiologist evaluations.



Test Requirements may be different for each classification of exam and will be identified at the time of exam scheduling requests. Therefore, cost quotes should be on a per test or assessment basis.



Period of Performance (PoP): The Period of Performance shall be one Base Year of 12 months and four 12-month option years. Contract Line Item Numbers (CLINs), Estimated Quantities and Unit of Issues are as follows:



(Base Year) CLIN 0001. Pre-Placement Exams, Quantity/Unit of Issue: 25 Each



(Base Year) CLIN 0002. Periodic/Medical Surveillance Exam, Quantity/Unit of Issue: 75 Each



(Base Year) CLIN 0003. Fit For Duty Evaluation, Quantity/Unit of Issue: 2 Each



(Base Year) CLIN 0004. Termination/Retirement Exam, Quantity/Unit of Issue: 7 Each



(Base Year) CLIN 0005. Audiology Consultation, Quantity/Unit of Issue: 12 Each



(Option Year 1) CLIN 1001. Pre-Placement Exams, Quantity/Unit of Issue: 25 Each



(Option Year 1) CLIN 1002. Periodic/Medical Surveillance Exam, Quantity/Unit of Issue: 75 Each



(Option Year 1) CLIN 1003. Fit For Duty Evaluation, Quantity/Unit of Issue: 2 Each



(Option Year 1) CLIN 1004. Termination/Retirement Exam, Quantity/Unit of Issue: 7 Each



(Option Year 1) CLIN 1005. Audiology Consultation, Quantity/Unit of Issue: 12 Each



(Option Year 2) CLIN 2001. Pre-Placement Exams, Quantity/Unit of Issue: 25 Each



(Option Year 2) CLIN 2002. Periodic/Medical Surveillance Exam, Quantity/Unit of Issue: 75 Each



(Option Year 2) CLIN 2003. Fit For Duty Evaluation, Quantity/Unit of Issue: 2 Each



(Option Year 2) CLIN 2004. Termination/Retirement Exam, Quantity/Unit of Issue: 7 Each



(Option Year 2) CLIN 2005. Audiology Consultation, Quantity/Unit of Issue: 12 Each



(Option Year 3) CLIN 3001. Pre-Placement Exams, Quantity/Unit of Issue: 25 Each



(Option Year 3) CLIN 3002. Periodic/Medical Surveillance Exam, Quantity/Unit of Issue: 75 Each



(Option Year 3) CLIN 3003. Fit For Duty Evaluation, Quantity/Unit of Issue: 2 Each



(Option Year 3) CLIN 3004. Termination/Retirement Exam, Quantity/Unit of Issue: 7 Each



(Option Year 3) CLIN 3005. Audiology Consultation, Quantity/Unit of Issue: 12 Each



(Option Year 4) CLIN 4001. Pre-Placement Exams, Quantity/Unit of Issue: 25 Each



(Option Year 4) CLIN 4002. Periodic/Medical Surveillance Exam, Quantity/Unit of Issue: 75 Each



(Option Year 4) CLIN 4003. Fit For Duty Evaluation, Quantity/Unit of Issue: 2 Each



(Option Year 4) CLIN 4004. Termination/Retirement Exam, Quantity/Unit of Issue: 7 Each



(Option Year 4) CLIN 4005. Audiology Consultation, Quantity/Unit of Issue: 12 Each



Place and Performance of Services: The contractor shall provide services between the hours of 0700-1500 Monday through Friday, except on recognized US holidays. Performance shall be at locations within Massachusetts or within one hour travel time of an employee’s start point of travel. The location site must have the capability to perform all required testing and screening. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS within the time specified. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. Telecommuting is not authorized.



Special Qualifications:



Contractor shall ensure all clinical laboratory services are performed by a laboratory licensed through the U.S. Department of Health and Human Services (DHHS), Health Care Financing Administration pursuant to the terms of the Clinical Laboratories Improvement Act of 1967 (42 U.S.C. 263a) and the College of American Pathologies. Contractor shall ensure instrumentation must meet or exceed appropriate performance standards, and accuracy must be verified in accordance with current Occupational Medicine Certification standards.



Contractor shall provide a Board eligible or Certified Occupational Medicine Physician to conduct or provide oversight of physician assistants or nurse practitioners with appropriate qualifications, training, licensing, and experience in occupational health performing physical examinations and occupational health consultation services. Contractor shall provide a certified Audiologist to perform any audiology consultation requests



Evaluation Criteria:



(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government.



Basis of Award is Price Only.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



Submission of Quotes:



Proposed prices shall be firm fixed price (FFP) and inclusive of all labor, materials, lab fees, and associated services required to provide the medical surveillance examinations as described in the PWS.



Quotes shall be submitted electronically to Isao Hattori via Isao.hattori.civ@army.mil and Lacy Phongsaly via lacy.r.phongsaly.civ@army.mil. All responses shall be submitted by the time indicated on this notice.



**Responses will only be accepted electronically via the e-mail addresses provided above. It is the vendors’ responsibility to confirm that their responses have been received.



Questions:



Questions regarding this acquisition may be addressed to Lacy Phongsaly and Isao Hattori at the above listed email addresses. Questions must be received no later than ten (10) business days prior to date for receipt of responses. Questions will not be accepted by phone. Questions and Answers will be posted to this solicitation on a non-attribution basis. Offerors shall monitor the solicitation for the most current Q&A documents and amendments to the solicitation, as no other notification will be provided.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MAARNG DO NOT DELETE 87 BARNUM RD
  • DEVENS , MA 01434-3505
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 29, 2024 10:52 am ESTCombined Synopsis/Solicitation (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Bid Solicitation: BD-24-1049-GIC00-07GIC-101545 Responses Due in 40 Days, 22 Hours, 18 Minutes Header

Commonwealth of Massachusetts

Bid Due: 5/23/2024

Login Help Quick Quotes Solicitations Contracts Forums Business Directory Join Fed Stimulus Resource

State Government of Massachusetts

Bid Due: 6/30/2025

Document Number: DDS-PSYCH-11 Issued By: Department of Developmental Services (Formerly Department of Mental

State Government of Massachusetts

Bid Due: 6/30/2025

Bid # Alternate Id Buyer Description Purchase Method Bid Opening Date Bid Holder

State Government of Massachusetts

Bid Due: 6/30/2025