Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

65 -- Mobile Occupational Health Examinations and Testing in Helena, MT

Notice Date
7/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Montana, USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V09T4008
 
Response Due
8/5/2009
 
Archive Date
10/4/2009
 
Point of Contact
Brad Willcockson, 4063243407<br />
 
E-Mail Address
USPFO for Montana
(brad.willcockson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
MONTANA ARMY NATIONAL GUARD Request for Quote W9124V-09-T-4008 For Mobile Occupational Health Examinations in Helena, Montana Announcement: This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations Subpart 12.6, and supplemented with additional information included in this notice. This announcement, distributed to interested parties and publically posted on the Federal Governments business opportunities website at http://www.fbo.gov constitutes the only solicitation. Quotes are hereby requested and a separate solicitation will not be issued. The NAICS code for this supply is 621999 and the size standard to be considered a small business is less than $10 million in annual revenue. This solicitation is not set aside for small businesses because the Contracting Officer has no reasonable expectation that a qualified small business will submit a responsive quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Request for Quotes: Proposers shall quote a firm fixed price for the examinations and tests described in the summary, below, with consideration of the additional details and requirements specified in the below Synopsis/Statement of Work. The actual number of examinations and tests conducted, and paid for, may be less than the amount summarized below but will not exceed it. Summary: The basis for the firm fixed price quote, which will be the contractual not to exceed amount, shall be the following: A 130 occupational health examinations with health history, vitals, CBC, UA, and Chem 25 B 130 audiology examinations C 130 vision screenings D 45 Blood lead and ZPP levels E 20 Chest X-rays (PA) with B reader F 20 Pulmonary Function tests G 35 Prostate Specific Antigen tests These examinations and tests will be administered to full time employees of the federal government at two locations in Helena, Montana, between 0700 and 1700 hours, Tuesday through Friday, on dates to be agreed upon, but not later than 30 September 2009. Quotes should include both unit prices and a grand total. Quotes should include a required minimum, if any, required by the vendor to obtain the quoted prices. Synopsis: The Montana Army National Guard (MTARNG) anticipates purchasing from a single vendor the examinations and tests summarized above in accordance with the following Statement of Work: 1. PURPOSE 1-1. The purpose of the Montana Army National Guard (MTARNG) Mobile Occupational Medical Surveillance Examination Program is to provide job-related medical surveillance examinations to approximately 130 MTARNG full-time support (FTS) who are potentially exposed to health hazards in the work environment. The contractor will provide all labor, tools, supervision and supplies to conduct mobile medical surveillance for the MTARNG. 1-2. The examinations will be conducted at two (2) locations in Helena, MT: a) Site # 1 Troop Medical Clinic Ft Harrison, MT: 80 persons b) Site # 2 Army Aviation Support Facility, Helena, MT: 50 persons 2. MONTANA ARMY NATIONAL GUARD PROJECT OFFICER 2-1 The MTARNG Project Officer, a State Occupational Health Nurse, is the only person authorized to schedule examinations or order tests under the contract resulting from this solicitation. An authorization form must accompany each person at the time of testing. Only tests authorized by the Occupational Health Nurse will be paid by the Montana Army National Guard. 3. PERFORMANCE PERIOD 3-1 The examinations and testing is to be completed by 30 September 2009. 3-2 The examination and testing schedule will be coordinated with the Occupational Health Nurse. Testing will only be performed Tuesday through Friday and will not begin before 0700 or extend beyond 1700. 3-3 The contractor will schedule an initial pre-performance phone call with the MTARNG within fifteen days after the award of the contract to discussing the details of the services to be provided. 3-4 In the event of contractor equipment failure, items not completed during the scheduled visits are to be completed at an alternate time at no extra charge. 4. REFERENCES 4-1 Army Regulation 40-5, Preventive Medicine, July 22, 2005. 4-2 DoD 6055.05-M Occupational Health Surveillance Manual, November 11, 2008. 4-3 U.S. Department of Labor (DOL) Code of Federal Regulations 29 (CFR) 1910, Occupational Safety and Health Standards for General Industry. 4-4 Headquarters, Department of the Army Pamphlet (DA PAM) 40-501, Hearing Conservation. Military references available upon request. 5. PROCEDURES AND STANDARDS 5-1 Contractor must ensure all procedures are conducted in accordance with applicable American Board of Occupational and Environmental Medicine (ABOEM), U.S. Department of Labor, Occupational Safety and Health Administration, and National Institute for Occupational Safety and Health (NIOSH) standards. 5-2 Contractor must ensure all clinical laboratory/chemistry services are performed by a laboratory licensed by the U.S. Department of Health and Human Services 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 Pathologists. 5-3 Contractor must provide a board certified Occupational Health Physician to conduct job-related medical surveillance physical examinations for approximately 130 MTARNG personnel at two (2) MTARNG work-sites. 5-4 Certified/licensed medical technicians to administer medical surveillance screening/testing. Personnel conducting audiometric testing will be certified by a Council for Accreditation in Occupational Hearing Conservation (CAOHC) approved program. Personnel conducting spirometry will be certified by a National Institute for Occupational Safety and Health (NIOSH) approved program. 5-5 Instrumentation must meet or exceed appropriate performance standards and accuracy must be verified IAW current Occupational Medicine Certification standards. 5-6 Contractor will ensure health care workers fully comply with the requirements of 29 CFR 1910.1030 Bloodborne Pathogens Standard. 6. MEDICAL SURVEILLANCE 6-1 Occupational medical surveillance will be conducted by a board certified Occupational Health Physician. Occupational medical surveillance will consist of a physical examination to include complete occupational health history, height and weight, vital signs, assessment of pulmonary, cardiovascular, gastrointestinal, neurological, dermatological and related systems associated with exposure, complete blood count with differential, blood chemistry screen 25, and urinalysis. 6-2 Based upon occupational exposures, additional testing will include blood lead and ZPP (zinc protoporphyrin) level sampling and analysis, chest x-ray (PA) with B-reader, pulmonary function testing, to include clearance by a physician to wear a respirator, audiometry and mutliphasic vision screening. 7. AUDIOMETRIC TESTING 7-1 Audiograms will be performed with a range of 500 Hz to 6,000 HZ with a zero reference. In addition, notification of changes in hearing should be changed to: average change of +/- 15 dB at 1,000, 2,000, 3,000 or 4,000 Hz. Paper copy and/or electronic format of individuals baselines will be available. Calculations should be without age correction. These changes will ensure that the information will be compatible with our existing system and will meet the requirements for reporting. In addition to the audiogram the following information will be obtained: a.Examiners name and CAOHC certification number. b.Audiometers model, serial number and calibration date. 8. VISION SCREENING 8-1 Multiphasic vision screening will be performed with the equipment (Titmus type), able to measure the following primary visual skills: a. Visual acuity for distance and near b. Lateral phorias for distance and near c. Vertical phorias for distance and near d. Depth perception e. Color perception f. Peripheral Vision 9.PULMONARY FUNCTION TEST (PFT)/Spirometry and Respiratory Clearance. PFT must be performed by a NIOSH certified Pulmonary Function Technician. The reviewing physician shall determine if the individual is physically able to perform his work and wear a respirator, and what, if any, restrictions are recommended. Documentation will then be made on an Employee Medical Clearance Evaluation Statement (for the personnel receiving PFTs). At a minimum, written PFT documentation will include: a.Forced Vital Capacity (FVC) and percent of predicted. b.Forced Expiratory Volume in one second (FEV1) and percent of predicted. c.Ratio of FVC to FEV1 and percent of predicted. 10.Laboratory Analysis testing will include the following: a.CBC with differential b.Blood Chemistry screen 25 c.Urinalysis with cadmium screening d.Blood Lead and ZPP e.Prostate Specific Antigen 11. Chest X-ray, PA view with B reader (qualification of the radiologist) 12.MOBILE UNIT CONFIGURATION 12-1 Medical surveillance testing is to be accomplished via mobile unit. Features of the unit should include, but are not limited to, a climate-controlled atmosphere, patient waiting/holding area for registration, testing/phlebotomy station, and individual audiometric testing booth. 12-2 Mobile units are to be equipped with separate power source/generator to operate in conditions, if necessary, without access to shore power. 13.MEDICAL REPORTS AND RECORDKEEPING 13-1 Contractor will provide two (2) copies of test results along with a complete listing of results in a ledger form NLT one (1) month after testing has been completed. (Contractors forms are acceptable). In addition, contractor will provide the following computerized records, formatted for downloading into MTARNGs computerized database (Occupational Health Manager and DOHRS-HC); laboratory, audiometric, and spirometry test results. Results of medical surveillance testing which are questionable and/or critical clinical significance are to be communicated immediately to the Occupational Health Nurse by telephone. Provisions: The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation-- Commercial Items (January 1999). 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, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Capability. If products from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.204-7 Central Contractor Registration APRIL 2008 52.211-6 Brand Name or Equal AUGUST 1999 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 EvaluationCommercial Items JAN 1998 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items, April 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JUN 2008 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2008 52.223-5 Pollution Prevention 52.223-7006 Hazardous Material Storage and Disposal 52.222-26 Equal Opportunity MAR 2007 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 252.203-7002 Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American ActBalance of Payments Program Certificate JUN 2005 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea MAY 2002 Complete descriptions of the provisions and clauses referenced in this synopsis/solicitation may be viewed on the internet at http://farsite.hill.af.mil. Quotes may be submitted by hard copy to: United States Purchasing & Fiscal Officer for Montana ATTN: Contracting Office / MAJ Brad Willcockson 1956 Mt Majo Street, Post Office Box 4789 Fort Harrison, Montana 59636-4789 Quotes may be submitted by e-mail to: brad.willcockson@us.army.mil. Quote all prices FFP (Firm Fixed Price) FOB Destination to Fort Harrison, MT 59636. State whether prices are Open Market or GSA pricing. If you have questions, please submit them by e-mail to MAJ Brad Willcockson, Montana Army National Guard, at brad.willcockson@us.army.mil. The deadline for submitting questions is 1500 hours on 4 August 2009, Mountain Standard Time. Quotes submitted in response to this combined synopsis/solicitation must be received by MAJ Brad Willcockson, Contracting Officer for the Montana Army National Guard, by 3:00 PM on 5 August 2009, Mountain Standard Time, to be considered responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V09T4008/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT<br />
Zip Code: 59604-4789<br />
 
Record
SN01890257-W 20090730/090729000318-f6932e8859902f36ec1b85a9b4afa3fa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.