Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2010 FBO #3045
SOLICITATION NOTICE

Q -- Soldier Readiness Processing (SRP) Event at Fort Pickett, VA

Notice Date
3/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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-10-T-0013
 
Response Due
4/1/2010
 
Archive Date
5/31/2010
 
Point of Contact
Susan Quinn, 434-298-6293
 
E-Mail Address
USPFO for Virginia
(susan.quinn@us.army.mil)
 
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 will not be issued. This is a combined synopsis/solicitation for nonpersonal health care services as defined in FAR 37-101, under which the provider is an independent contractor. This announcement constitutes the only solicitation and is supplemented with additional information included in this notice; proposals are being requested; a written solicitation is attached for ease in submitting an offer only. The solicitation number as shown in this announcement is a Request for Quote (RFQ) W912LQ-10-T-0013. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. This RFQ is being issued as unrestricted; small businesses are encouraged to respond under NAICS 621999. A firm fixed priced contract will be awarded. The contractor will provide onsite health assessments to 375 Virginia Army National Guard soldiers for a Soldier Readiness Processing (SRP) event on 8-11 April 2010. Of this quantity, the over-40 population is estimated at 50 and females are estimated at 50. The contractor agrees to provide all personnel to perform physical exams to ensure soldiers meet the standards in accordance with Army Regulation 40-501, Standards of Medical Fitness. Refer to below Statement of Work for additional information. The contractor shall provide with its quote a statement of its capabilities. This statement shall demonstrate the contractors understanding of the governments needs and show how the contractor proposes to meet the contract requirements. The contractors quote must also include a description of its experience in conducting periodic health assessments in a military environment. Pricing is to be per soldier. Contractors are required to include a complete copy of the provision 52.212-3 Alt I Offeror Representations and Certifications Commercial Items with their offer. Also required are completed provisions 252.212-7000 Offeror Representations and Certifications Commercial Items, and 252.225-7000 Buy American Act Balances of Payments Program Certificate. Contractors must be registered in the Central Contractor Registration to be awarded a Federal Government contract. Registration can be accomplished at www.ccr.gov. The Government may evaluate the quality of the professional and administrative services provided by the contractor, but retains no control over the medical, professional aspects of services rendered. The contractor is required to indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. The contractor is required to maintain medical liability insurance in a coverage amount not less than $2 million per occurrence. In addition, any subcontracts for provisions of health care services must contain the requirements for clause 52.237-7. ***The following provisions apply to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Items, and the provisions at 52.212-3 Alt. I Offeror Representation and Certifications Commercial Items, and 252.225-7000 Buy American Act Balance of Payments Program Certificate. The following provisions also apply: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist County, and 52.252-1 Solicitation Provisions Incorporated by Reference. The following clauses apply to this solicitation: 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Executive Orders Commercial Items, with the following clauses marked: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Alternate I, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52-222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.232-36, Payment by Third Party, 52.222-41 Service Contract Act, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-44 Fair Labor Standards Act and Service Contract Act Price Adjustment. The following clauses also apply: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses marked: 52.203-3 Gratuities, 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A Central Contractor Registration, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.243-7001 Pricing of Contract Modifications. The following clauses also apply to this solicitation: 52.204-7 Central Contractor Registration, 52.208-9 Contractor Use of Mandatory Sources of Supply or Services, 52.223-5 Alt I Pollution Prevention and Right-to-Know Information, 52.228-5 Insurance - Work on a Government Installation, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, 52.237-7 Indemnification and Medical Liability Insurance, 252.201-7000 Contracting Officers Representative, 252.223-7006 Prohibition On Storage and Disposal of Toxic and Hazardous Materials, 252.232-7010 Levies on Contract Payments, 52.252-2 Clauses Incorporated by Reference and 52.252-6 Authorized Deviation in Clauses. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. Vendors must be registered in the Central Contractors Registration (CCR); for more information on CCR visit the webpage at www.ccr2000.com. An order will be placed to the lowest priced technically acceptable offer. To be determined technically acceptable, the minimum specifications included in this request for Quote must be met. It is the offerors responsibility to monitor this site for the release of amendments (if any). Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing, by fax or email by 4:00 p.m. Eastern Standard time on Thursday, 1 April 2010 to USPFO-P, Bldg. 316, Fort Pickett, Blackstone, VA 23824, attn: Susan Quinn, Contract Specialist, fax 434-298-6202, or email susan.quinn@us.army.mil. Telephone 434-298-6293. *** NAICS 621999 Sales $10 million *** SRP PHA EVENT STATEMENT OF WORK 1. OBJECTIVES AND SCOPE: The objective of this statement of work is to conduct and complete the requirements of VAARNG IMR/FMR - Medical Readiness on all eligible (mobilizing or not) Service Members (SMs) in the VAARNG utilizing HIPPA, Privacy Act, and OSHA-Compliant mobile health practices. Medical services shall be performed by licensed medical professionals. Contractor shall be held liable and is responsible for ensuring and verifying the appropriate level of credentialing/privileging (Licensure, Diploma, background checks, etc.) for all contract providers in support of any VAARNG event. a. Medical evaluation by a licensed provider (Physician, Physicians Assistant (PA), or Nurse Practitioner (NP) in accordance with prescribed Army and NGB policy for Periodic Health Assessment in Army Regulation (AR) 40-501. b. Exams and lab results will be entered into the PHA module of the Medical Operational Data System (MODS, http://www.mods.army.mil/) to be provided to the Office of the State Army Surgeon, VAARNG. c. Results entry and input/entry of all medical related FMR/IMR functions into the Medical Protection System (MEDPROS, https://apps.mods.army.mil/MEDPROS/Secured/) module of MODS. d. Annotation and entry of services into the appropriate electronic systems (ePHA, MEDPROS, DOEHRS, etc) 2. ACRONYMS AR Army Regulation COR Contracting Officers Representative DA Department of the Army DD DoD (Defense) Department DOEHRS Defense Occupational and Environmental Health Readiness System DNA Deoxyribonucleic Acid ePHA Electronic Periodic Health Assessment Module FMR Fully Medically Ready G6PD Glucose-6-phosphate dehydrogenase HCG Human Chorionic Gonadotropin HIPAA Health Insurance Portability and Accountability Act HIV Human Immunodeficiency Virus HRR Health Readiness Record IMR Individual Medical Readiness MEDCOM U.S. Army Medical Command MEDPROS Medical Protection System MODS Medical Operational Data System NGB National Guard Bureau OSHA Occupational Safety and Health Administration PDHRA Post Deployment Health Reassessment PHA Periodic Health Assessment PPD Tuberculosis/Tuberculin Skin Test PPE Personal protective equipment RPR Rapid Plasma Reagin SPRINT Speech Recognition in Noise Testing SRC Soldier Readiness Check SRP Soldier Readiness Processing STR Soldier Treatment Record SOW Statement of Work TMC Troop Medical Clinic VAARNG Virginia Army National Guard 3. REFERENCES (http://www.usapa.army.mil/): "AR 40-501 Standards of Medical Fitness "NGB Memorandum Post Deployment Health Re-Assessment Screen (available upon request) "NGB Memorandum Periodic Health Assessment Interim Guidance (available upon request) "Occupational Safety and Health Administration (OSHA) Standard- 29 CFR "Americans with Disabilities Act (ADA) "The Health Insurance Portability and Accountability Act of 1996 (HIPAA) 4. SERVICES: The contractor shall provide all management, labor, material, equipment, certifications and supplies necessary to provide all listed services. The contractor will utilize standard criteria for Periodic Health Assessments as identified in AR 40-501. PHAs must be conducted using paper forms to allow for military provider review during the event. These forms must be entered into the ePHA module within 15 calendar days of event completion as well. The electronic forms can be accessed through the www.mods.army.mil PHA module. The contractor must ensure all procedures are conducted in accordance with applicable U.S. Department of Labor Occupational Safety and Health Administration (OSHA), National Institute for Occupational Safety & Health (NIOSH), American College of Occupational and Environmental Medicine (ACOEM), American Board of Preventive Medicine (ABPM) and American Occupational Health Nurse (AOHN) standards and procedures. The contractor physician must be a Board Certified/Board Eligible Physician in accordance with criteria established by the American Board of Preventative Medicine. The contractor shall 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. Contractor will set up in an existing government facility to provide this service. The contractor will supply all necessary equipment, supplies, etc to provide the service including medical equipment, a copier, blood storage, laboratory processing, etc. Government property will be protected during the period of time the property is under the control or possession of the contractor. 5. MEDICAL NEEDS: Services will be provided as follows: "PHA & Physical Exam as necessary "Health Stations to include vital signs, Visual acuity, tonometry, DRE (Digital Rectal Exam), Hemocult, immunizations, PPD screenings, HIV Blood-Draws, DNA collection, and all other IMR/FMR requirements "Visual Acuity Screener "Laboratory Screenings (Lipid Profile, Hemoglobin, Blood Glucose, Total Cholesterol, Urinalysis, & Urine HCG) (all females) "Blood Pressure, Pulse Oximetry, Height/Weight/Temperature "EKG & Pulmonary Function Testing (for all soldiers age 40 and older) OSHA & HIPAA Compliant Data Processing & Uploading Capability: "Data Processing & Health Records Check-in & Check-out "Live electronic health history capability and real-time syncability to various military electronic health record repositories requiring Common Access Card (CAC) access including E-PHA, MEDPROS, HRR, etc. "Broadband Internet Capability without requirement of military access. Medical Staffing: "Contractor must provide appropriate medical staffing for the type of event, services required and number of soldiers scheduled. Medical Supplies: "Able to customize medical supplies for PHA and/or Full Physical Exams as listed to support necessary medical services described above. "OSHA required PPE Additional Medical Resources: "MEDPROS Web Data Entry (MWDE) access/entry "MODS Electronic PHA access/entry (with provider sign off) "DOEHRS Upload "HRR Upload Equipment malfunctions: The contractor shall have a plan of action to offset any equipment malfunction. In the event of an equipment malfunction, the contractor shall have four hours to remedy the situation, to include troubleshooting, removing and replacing the equipment. ** Through rate is to be estimated at 100 soldiers per day. Contractor will provide appropriate equipment and adequate staffing to ensure this quantity is met. 6. GOVERNMENT-FURNISHED PROPERTY AND INFORMATION: The government will provide a minimum number of tables and chairs and private office space for conducting soldier interviews. No LAN or wireless connectivity, extension cords, or other items will be provided by the VAARNG. The VAARNG will provide IMRs and official military medical records (if available) for all soldiers. The VAARNG will provide the immunization serums required (Note: the government will not provide supplies or equipment necessary to administer the serums.). Government property shall also be protected during the period of time the property is under the control or possession of the contractor. The government will not provide blood storage, lab processing, supplies, equipment or personnel necessary to complete any of this service. 7. SPECIFIC TASKS: 7.1 Periodic Health Assessments (PHA): The contractor shall conduct PHAs in accordance with the PHA interim guidance set forth by the National Guard Bureau, the Surgeon General and AR 40-501. This includes, but is not limited to vitals, vision screenings, provider interviews, conducting EKGs and lipid panels for all soldiers over the age of 40, urine pregnancy testing for all females, HIV testing for soldiers without a test date within the past 24 months, and G6PD testing for soldiers without results in MEDPROS. In the absence of an accurate roster, the contractor shall plan for 25% of soldiers to be over age 40. In addition, the contractor shall estimater 20% of soldiers will be female. The contractor shall conduct visual acuity testing in accordance with AR 40-501 for all soldiers during PHA events. 7.2 Soldier Readiness Processing Events (SRP): require the same support as listed in the health assessments category of PHAs with the addition of medical staff to administer immunizations (all vaccine serums will be provided by the VAARNG) and sufficient personnel to perform on-site MEDPROS data entry. Please note, SRPs are pre-mobilization events with the purpose of determining a soldiers medical deployability. The determination as to whether a soldier is deployable will only be made by an Army medical provider, with input on the soldiers current medical status from the contracted providers. At SRP events, the contractors must utilize the paper versions of the PHA form and ensure data entry into the ePHA module within 15 calendar days of event completion. Contractors must ensure on-site MEDPROS entry for HIV draw and immunizations. 7.3 Immunizations: The contractor shall conduct immunizations in accordance with AR 40-501 to include, but not limited to, flu, tetanus, hepatitis A, and hepatitis B. VAARNG will provide serums; contractor shall provide all supplies, equipment, personnel and PPE to administer the shots. NOTE: Immunizations are only conducted at SRP and SRC events. 7.4 Phlebotomy/Lab: The contractor shall conduct all laboratory services such as lipid panels and G6PD blood draws, DNA collection, pregnancy testing, in accordance with AR 40-501 in accordance with the tentative schedule located in this statement of work. All results and draw dates will be appropriately coded to the MEDPROS and ePHA module of MODS within 15 calendar days of event completion. HIV testing must be processed through the DoD contract with The Center for Disease Detection. Coordination with the VAARNG State Surgeons Office is required for processing HIV blood tests. 7.5 Physical Profiles: No physical profiles or changes to a soldiers PULHES will be issued by a contracted medical provider. However, if a contracted provider believes a soldiers condition warrants a PULHES or Profile change, the contractor will note that fact in ePHA and report it on an excel spreadsheet citing the date of the event, location of the event, soldiers name, UIC, social security number, current PULHES, recommended PULHES and reason for profile/PULHES change. This spreadsheet is required to be submitted to the VAARNG COR within 30 calendar days of event completion. PHAs with recommended PULHES changes will be digitally signed off by the contracted provider in the ePHA module with their current PULHES. Once the VAARNG State Surgeons Office receives the PULHES change report, the case management process will be initiated. 8. APPLICABLE DOCUMENTS The contractor shall ensure all appropriate DA or DD forms (in accordance with references) are utilized for each service supplied. The forms will be made available through the Virginia Medical Command office. The contractor shall provide a written report to the COR in accordance with the reporting guidelines listed in paragraph 11.11. 9. OTHER CONDITIONS/ SECURITY 9.1 Safety: The contractor shall establish a safety and health program in accordance with the standards of the Federal Occupational Safety and Health Standard (OSHA), Health Information Portability and Accountability Act (HIPPA), and The Privacy Act. The contractors safety program shall include equipment training, occupational safety, health, and fire protection guidance to ensure the protection and health of all work personnel. 9.2 Classification: Performance work statement is UNCLASSIFIED and under HIPAA guidelines. The COR shall notify the Contractor if a requirement exists for a secret classification and circumstances requiring secret classification for Readiness impact reporting. 9.3 Quality Control: The contractor shall develop a quality assurance program that monitors all services being provided, to include data entry quality control program with a Medical Provider providing oversight within the MODS applications. The program must be approved by the VAARNG prior to work commencing. 9.4 Hours of Operation: Soldiers will be made available to the contractor during regular drill weekends and training periods between the normal hours of operation to be estimated at 10 hours a day. Contractors will rotate for lunch as the flow of patients will be reduced during this time; there will be no official lunch break. Usual hours are between 0730 and 1900 unless special arrangements are made. The contractor will ensure that all events facilities, equipment, etc are set up the day prior to the event start date. The contractor will allocate enough time to ensure setup is complete and the first patient is scheduled for evaluation at 0800. 9.5 Security Requirements: Base security will require all employees and affiliated personnel of the contractor to carry a State recognized identification card or drivers license and all vehicles are subject to search without reason. The contractor shall comply with all installation security requirements. 9.6 Subcontracting: The contractor agrees to notify the Government at least 72 hours prior to subcontracting any portion of this contract to any current member(s) of the Virginia National Guard. The Government, in its sole discretion, may refuse to allow the contractor to subcontract to that individual. The contractor will provide the name of the Virginia National Guard employee to the Contracting Office and the Contracting Officers Representative in writing via email. 9.7 Invoicing: Invoices shall be submitted by the name of the soldier and the last four digits of his/her social security number. Tests and treatments administered shall be clearly listed for each soldier. The COR shall review the invoice and verify receipt of the services in accordance with the terms of this contract. The government will only pay for work performed, to include all data entry services. 9.8 Quality Assurance Surveillance Plan: A Quality Assurance Surveillance Plan is attached to this Statement of Work. The COR will use this QASP to evaluate the contractors performance at each event. This QASP will be completed and attached to each invoice. If the contractor is deficient in any area, the invoice total will be reduced by the percentage identified on the QASP, i.e. if the required reports are not completed in the allotted time, 8% will be withheld from the invoice payment. 9.9 Reporting: The contractor shall provide a final report for all services provided to include a roster listing each name, date of services, unit identification code (UIC), social security number, current PULHES, recommended PULHES, services provided and date of data entry for all soldiers seen at each event. This report will be provided to the VAARNG COR within 30 calendar days after event completion. Note: This report is required in addition to the invoice for services rendered. Note: No contracted providers will change PULHES or write profiles at these events, but will make recommendations to the VAARNG MED CMD if a change is required through the final report detailed above. The contractor will enter the complete PHA into the MODS ePHA system and ensure it is signed by a medical provider, as well as enter the following test draw dates and results in MEDPROS: corrected vision screening date and class, HIV draw date, G6PD draw date and result, audiometric exam date, height and weight, and PHA date. Results of medical surveillance testing which are questionable and/or of critical clinical significance are to be communicated immediately to the VAARNG Project Officer/COR in the form of a roster (listing name, UIC, date of event, abnormal test results) and sent via secure email. Notwithstanding the foregoing, any abnormal result (e.g., elevated blood pressure, elevated blood sugar levels, abnormal liver function, cardiac arrhythmia, etc.this list is not exhaustive; refer to Chapter 8 of the AR 40-501 for a complete listing of abnormal.) shall be immediately disclosed to the COR and the individual soldier. If the COR is not present at the examination site, the Contractor shall immediately attempt to reach the COR. The Contractor will be provided with the CORs phone number and email address and if the COR is unavailable by phone, a voicemail message shall be left; in addition, a copy of the written referral shall be sent to the COR by facsimile and secure email. 10. CONTRACTING OFFICERS REPRESENTATIVE/PROJECT MANAGER A contracting officers representative will be assigned to oversee the contractors performance during the term of the contract, however, the COR does not have the authority to change the terms and conditions or scope of this contract in any way. The only person authorized to make such changes is the Contracting Officer. 11. LIABILITY: The Government will evaluate the quality of professional and administrative services provided but retains no control over the medical, or professional aspects of services rendered (e.g. professional judgments, diagnosis, or specific medical treatment.) Performance of care is subject to day-to-day supervision and control by the Government facility personnel comparable to that exercised over military health care providers engaged in comparable work. The contractor is required to indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. 12.INSURANCE: In performance of this contract, the contractor must comply with the requirement of FAR 52.228-5 Insurance Work on a Government Installation concerning providing certification to the Contracting Officer. The contractor shall acquire, and maintain during the period of performance of the contract, the following minimum insurance coverage: Type: Amount: Automobile $200,000 per person Bodily Injury Liability $500,000 per occurrence Property Damage Liability $20,000 per occurrence Comprehensive Gen. Liability $500,000 per occurrence Workers Compensation $100,000 per person Medical Liability $2,000,000 per occurrence
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-10-T-0013/listing.html)
 
Place of Performance
Address: USPFO for Virginia Building 316, Fort Pickett, Blackstone VA
Zip Code: 23824-6316
 
Record
SN02103506-W 20100327/100325235849-6993feddb1d967bf5fb06fa9392fedbe (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.