SOLICITATION NOTICE
Q -- Mobile Medical Service for Virginia Army National Guard
- Notice Date
- 2/2/2005
- Notice Type
- Solicitation Notice
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ-05-T-0012
- Response Due
- 2/16/2005
- Archive Date
- 4/17/2005
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation can be requested for completion and submittal. The solicitation number as shown in this announcement is a Request for Quotation (RFQ) W912LQ-05-T-0012. This solicitation document and incorporated provisions an d clauses are those in effect through Federal Acquisition Circular (FAC) 01-25. This solicitation is unrestricted under NAICS is 621999. The contractor will provide mobile medical surveillance/occupational health services for approximately 325 Virginia Army National Guard personnel who are exposed to health hazards in the work environment or who are assigned to positions requiring specific standards of physical fitness. Some personnel will receive comprehensive exams; others will receive limited testing at three on-site facilities in Southside Virginia. The contractor agrees to provide the following services (quantities are approximate): CLI N 0001: 255 each Physical Examinations $_____ per test; CLIN 0002: 3 each Physical Examinations with DOT certification/documentation $_____ per test; CLIN 0003: 65 each Audiometric testing $_____; CLIN 0004: 140 each Pulmonary Function Testing $_____ per t est; CLIN 0005: 110 each Electrocardiograms (12 lead) $_____; CLIN 0006: 25 each Blood Lead and ZPP Levels $_____ per test. Period of contract shall be from the time of contract award through 30 September 2005; however, it is most likely the examinations w ill be conducted during February 2005 through May, 2005. Regardless, the Contractor shall be required to support any period during this term, given 30 calendar days advance written notice to the Contractor by the Contracting Officer. Mobile Medical Unit: The vendor is to provide a self-contained, fully functioning mobile medical unit as no facilities are available at the testing sites. Contractor will set up in the parking lot of the work sites, e.g. maintenance facility. No amenities, e.g. electricity hook up, water hook up, restrooms, changing rooms, are available to support the unit at the sites. If available for use, the contractor is responsible for all costs and coordination required. Medical surveillance testing is to be accompli shed via a state-of-the-art mobile unit designed to be conducive to an efficient continuous flow of patients, yet maintain the dignity of the patient and achieve complete individual privacy at all times. The unit should be designed to enhance maintenance o f hygiene; e.g., running water sources should be distributed throughout the unit so personnel movement is minimized, but patients undergoing examinations have access to hand washing and hygiene amenities. Features of the unit should include, but are not li mited to, a climate-controlled atmosphere, patient waiting/holding area for registration, changing room, on board restroom, testing/phlebotomy station, individual audiometric testing booth, and physician examination area. The unit should be physically stru ctured so each examination component can be conducted independently; e.g., with respect to the EKG and the examination conducted by the physician, an EKG and a physicians exam should be able to be conducted concurrently. The Contractor shall provide a sch ematic and sufficient interior and exterior photographs of the unit proposed for use under the contract with their bid, such that the Government can determine the Contractor has met the requirements set forth in this paragraph. Mobile units are to be equip ped with separate power source/generator to operate in conditions without access to power. Contractor shall ensure all procedures are conducted in accordance with applicable American Board of Occupational and Environmental Medicine (ABOEM) , American Association of Occupational Health Nur ses, U.S. Department of Labor, Occupational Safety and Health Administration, and National Institute for Occupational Safety & Health (NIOSH) Standards. Contractor shall provide a Board Certified Occupational Medicine Physician to conduct job-related medic al surveillance physical examinations AND occupational health consultation services. Contractor shall provide a Certified Occupational Health Nurse (COHN-S) to conduct occupational health consultation services for a period not to exceed two or three days o n-site This will be a best value determination The Government may evaluate the quality of the professional and administrative services provided by the contractor, but retains no control over the medical, professional aspections of services rendered. The contractor is required to indemnify the Governmen t for any liability producing act or omission by the contract, its employees and agents occurring during contract performance. The contractor is required to maintain medical liability insurance in a coverage amount not less than the amount normally prevail ing within the local community. In addition, any subcontracts for provisions of health care services must contain the requirements clause 52.237-7. This will be a best value determination. Technical, including staff, work plan, mobile unit and equipment and past performance will be evaluated. When combined, technical and past performance are significantly more important than price. Contractor is to pr ovide names and contact information for 3 facilities/organizations where similar services have been provided, preferably Army/Air National Guard. This contract will be a firm, fixed price contract. No telephonic requests will be accepted; only written requests/questions emailed to susan.quinn@va.ngb.army.mil will be honored. Bids are due by 4:00 p.m. Eastern time on Wednesday 16 February 2005 to Sus an Quinn, Contract Specialist, Building 316, Fort Pickett, Blackstone, VA 23824.
- Place of Performance
- Address: Fort Pickett/Sandston Fort Pickett/ Sandston Blackstone VA
- Zip Code: 23824-6316
- Country: US
- Zip Code: 23824-6316
- Record
- SN00744473-W 20050204/050202212024 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |