Florida Bids > Bid Detail

Medical Surveillance Examination Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159632744969918
Posted Date: Feb 2, 2023
Due Date: Mar 2, 2023
Solicitation No: W911YN23Q0016
Source: https://sam.gov/opp/44fc08413f...
Follow
Medical Surveillance Examination Services
Active
Contract Opportunity
Notice ID
W911YN23Q0016
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M2 USPFO ACTIVITY FL ARNG
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 02, 2023 04:40 pm EST
  • Original Date Offers Due: Mar 02, 2023 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 17, 2023
  • 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:
    Saint Augustine , FL 32086
    USA
Description

The Florida Army National Guard (FLARNG) is seeking a contractor for Occupational Medical Surveillance Examinations Program in accordance with the Occupation Safety and Health Association (OSHA) and other regulations. There are multiple locations that require this service. The estimated number of personnel to be examined is 175-275. The Government has the right to increase and/or decrease the number of employees/military personnel and the locations for service. The hours of operation will be based on the shops in that area, being tested due to time zone and traffic issues.



MUST ENSURE COVID PROTOCAL/CDC REGULATIONS.



The Contractor will provide Board Certified Occupational Health Physician(s) / Physician's Assistant, supervision, all labor, tools, materials, equipment, to include HIPPA and privacy statements and incidentals required to conduct the Medical Surveillance Examination /Occupational Health Services for the FLARNG. The contractor must be capable of conducting the Technician Occupational Medical Surveillance Examinations using mobile medical units (vans, trailers etc.)



Period of Performance (PoP): PoP shall be for a two (2) week period or 9 days performed during either one of following periods based on Government and Contractor availability: Period 1: 27 March 2023 - 7 April 2023 or Period 2: 10 April 2023- 21 April 2023.



Services Required:



1. This contract is for “Non-Personal” Health Care “Services”, as defined in 37.101. In accordance with FAR Part 37.4 the Government may enter into a non-personal health care services contract with physicians, dentists and other health care providers under authority of 10 U.S.C. 2304 and 41 U.S.C. 253. The Government shall evaluate the quality of professional and administrative services provided, while the Government retains no control over the medical, professional aspects of services rendered. The Contractor will indemnify the Government for any liability producing act or omission by the Contractor, its employees and agents occurring during contract performance. The Contractor will maintain medical liability insurance, in a coverage amount acceptable to the Contracting Officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontractors, if any, for provisions of health care services, contain the requirements of the clause at 52.237-7, Indemnification and Medical Liability Insurance, including the maintenance of medical liability insurance.



2. Contractor shall ensure all procedures are conducted in accordance with applicable American Board of Occupational and Environmental Medicine

(ABOEM), American Association of Occupational Health Nurses (AAOHN), U.S. Department of Labor, Occupational Safety and Health Administration (OSHA), and the National Institute for Occupational Safety and Health (NIOSH) Standards.



3. 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.



4. Contractor shall provide a Board eligible or Certified Occupational Medicine Physician to conduct job-related medical surveillance physical examinations and occupational health consultation services.



5. Contractor shall ensure that all hearing tests are done by the Defense Occupational and Environmental Health Readiness System- Hearing Conservation (DOEHRS-HC) through Benson hearing equipment at time of testing. NOT MANUALLY see hearing requirements in paragraph 3.3. and 5.2.3.



6. Contractor shall arrange for the opportunity to consult with the COR/POC by telephone to coordinate or resolve issues that might arise before, during, and after the testing period. The appointed COR/POC is the only one allowed to give authorization for testing and each individual will be accompanied by an authorization form prior to any testing.



7. Contractor shall conduct a daily test site status report update by telephone or in person to the COR/POC. This reporting will cover total number of test conducted, total number of no-shows, and the total number of uploaded hearing tests, and any other pertinent information regarding the performance of the testing.



8. Contractor shall perform a comprehensive review and evaluation within 30-days following the conclusion of testing. The COR/POC will contact and schedule a follow-up review and evaluation meeting to discuss positive and negative aspects of testing.



9. Contractor shall ensure instrumentation must meet or exceed appropriate performance standards, and accuracy must be verified in accordance with current Occupational Medicine Certification standards.



10. General Exam: Contractor will provide vital signs to include height and weight, blood pressure, pulse and respirations.



11. Contractors will provide a Job Functional Analysis or Kraus-Weber that includes back strength and flexibility. Note any pain or recommended lifting limitations if less than 50 lbs.



12. Contractor shall ensure audiogram must be certified by the Council for Accreditation in Occupational Hearing Conservation (CAOHC) or the equivalent military Defense Occupational and Environmental Health Readiness System Hearing Conservation (DOEHRS-HC) training in accordance with 29 CFR 1910.95. All hearing tests will be entered into DOEHRS-HC during testing.



13. Otoscopic Exam.



14. Contractor shall ensure Pulmonary Function Tests (PFTs) Performed by a licensed physician, Certified Pulmonary Function Technologist, or Registered Respiratory Therapist in accordance with 29 CFR 1910.1001.



15. Contractor will ensure that vision screenings are in accordance with DA PAM 40-506 using multiphasic vision screening equipment to measure the following primary visual skills.



16. Contractor shall ensure dermatological examinations are be performed by a physician and include an inspection of the entire integumentary system with emphasis on areas most likely to be affected by the employee's occupational (i.e. radiation) exposures. Documentation will include the presence of any dermatomes or lesions of the skin.



The Florida National Guard requires that the Contractor be equipped with a Mobile Unit for Medical Surveillance Screening. The screening shall be accomplished via the mobile unit designed to ensure complete individual privacy. Features of the unit shall include, but are not limed to, a climate controlled atmosphere, patient waiting/ holding area for registration, changing room, on board restroom, testing/ phlebotomy station, individual audiometric testing booth, and physical examination area.



SUBMISSION REQUIRMENT:



- COMPLETED LINE ITEMS COSTS ON THE ATTACHED SF1449



- ATTACHMENTS: SF1449, PWS w/ EXHIBITS 1, 2 AND 3.


Attachments/Links
Attachments
Document File Size Access Updated Date
W911YN23Q0016 - SF 1449 - Medical Monitoring.pdf (opens in new window)
405 KB
Public
Feb 02, 2023
PWS - Medical Monitoring.pdf (opens in new window)
379 KB
Public
Feb 02, 2023
file uploads

Contact Information
Contracting Office Address
  • KO FOR FLARNG DO NOT DELETE PO BOX 1008
  • ST AUGUSTINE , FL 32085-1008
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 02, 2023 04:40 pm ESTCombined Synopsis/Solicitation (Original)

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 >