Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2013 FBO #4193
MODIFICATION

Q -- Medical Surveillance Examinations

Notice Date
5/16/2013
 
Notice Type
Modification/Amendment
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-13-T-0002
 
Response Due
5/24/2013
 
Archive Date
7/15/2013
 
Point of Contact
Jose, 805 594 6379
 
E-Mail Address
USPFO for California
(jose.a.hernandez6@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 commercial services 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 written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). The CA ARNG intends to award a 5 year blanket purchase in support of medical surveillance. This synopsis/ solicitation is issued for commercial services in accordance with FAR Part 13 - Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 effective February 2, 2012. NAICS 621498 small business standard is $10,000,000.00. This acquisition is total small business set aside. Place of performance quote mark not limited to: quote mark A.San Diego County B.Los Angeles/ Orange County C.Fresno County D.Sacramento County E.San Joaquin County F.Monterey/ San Luis Obispo County G.Other locations as agreed upon Contractor will be expected to provide continuous exam operations during duty day hours between 0700-1630. Meal and break times will not disrupt services. Set-up for the exams will be accomplished prior to the exams. Contractor will develop a schedule for the medical surveillance event and have it completed for the chief, HSSB, and appropriate OH staff 15 days prior to the schedule testing. Performance Standards: In accordance with the Statement of Work, the contractor shall provide all management, labor, material, equipment, certifications and supplies necessary to provide Medical services, dental examinations, and health and dental record updating. Provision for Evaluation: Award will be made to the responsible contractor (see FAR Part 9) whose quote or offer meets the technical requirements and represents the best value. In accordance with FAR Subpart 13.106-1, the government will consider the following for award in no particular order: Price; Past Performance on recent and relevant contracts giving priority to most recent and relevant contracts giving priority to most recent performances for the California Army National Guard. *If the offeror has not previously performed similar contract services for the California National Guard, the offeror shall provide references for similar services performed, to include contract number (if Federal), and point of contact information. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quote should contain the offeror's best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify discuss or revise your offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The government intends to make multiple, Firm-Fixed Price Blanket Purchase Agreement. Specification/ Statement of Work ***See attached statement of work for medical surveillance*** 1-1The purpose of the California Army National Guard (CAARNG) Mobile Occupational Medical Surveillance Examination Program is to provide job-related medical surveillance examinations to approximately 900 CAARNG full-time support (FTS), civilian federal technician and civil support teams, who are potentially exposed to health hazards in the work environment. This statement of work does not cover State employees, emergency hires, or civilian contractors. The number of projected employees to be tested may change due to the military deployments. The contractor will only charge per test and set up for quantity of service being rendered. The contractor will provide all labor, tools, supervision and supplies to conduct mobile medical surveillance for the CAARNG. 1-2Test requirements are different for each location and job code or classification. Therefore, cost quotes should be on per test basis with the overall requirements being taken into consideration. All numbers are approximate and are not binding. 1-3Quality Control Assurance measures consists of checks and rechecks to ensure the right employee receives the right examination. A master roster of employees to be tested will provided by the contractor. This master roster lists each individual employee by name and last four of the SSN and defines the examination required for that person and by job code. As a second quality control/assurance measure all testing and exam results will be checked for completeness and accuracy against the master roster. 1-4GOVERNMENT FURNISHED PROPERTY/SERVICES: The CAARNG will provide statements of work describing examinations required, their prerequisite criteria for standards, and the master employee roster listing examinations authorized/required. 1-5CONTRACTOR-FURNISHED ITEMS: The vendor will furnish all items necessary to meet the requirements of this contract. The vendor will establish a schedule by worksite with the given master roster and within 30 days of the scheduled testing. The vendor will have mobile equipment capability to provide required occupational health surveillance services for up to the maximum of 35 physicals daily. The vendor will provide their own medical supplies and equipment needed for all testing and exams. The vendor will ensure that the physicians will have an exam room with table and supplies available to conduct a thorough functional capacity exam. The vendor must be certified and be capable to conduct audiograms and use the Defense Occupational and Environment Readiness System-Hearing Conservation (DOEHRS-HC) database, to include exporting, importing and uploads. The vendor's medical van must be able to hook up to 110-volt electric line. Vendors will provide documented proof of current required technician certification /license and equipment calibration with their proposal. The vendor will notify OHN/OH technician immediately for any serious or life-threatening medical abnormality. All abnormalities will be clearly annotated on medical documents returned to the CAARNG. The chief, Health Services Support Branch, will ensure appropriate analysis and documentation of results, filling of results into the technician medical records, and sending a copy of results to the technician by mail with notes for any follow-up or required case management. 1-6The vendor must be certified and capable of conducting audiograms using the Department of Defense DOEHRS-HC database, to include exporting, importing and uploads. Audiograms MUST include an electronic download from contractor to the DOEHRS-HC system and include a thorough otoscopic examination. 1-7The vendor must be able to conduct quantitative respiratory fit testing for full-face and half face respirators (multiple brands/styles) and provide a spreadsheet of respiratory clearance to the Chief, Health Services Support Branch. 1-8Contractors 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. 1-9Contractors 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. 1-10Contractor must provide a board-certified occupational health physician to conduct job-related medical surveillance physical examinations to include complete occupational health history, physical examination, anthropometric measurements, and vital signs. In the absence of a board-certified occupational health physician, medical surveillance physical examinations may be performed by an appropriately credentialed and privileged nurse practitioner or physician assistant, provide each exam is reviewed by a vendor-provided board-certified occupational health physician. 1-11Contractor must provide certified/licensed medical technicians to administer medical surveillance screening/testing. Personnel conducting audiometric testing will be certified by a program approved by the Council of Accreditation in Occupational Hearing Conservation (CAOHC. Audiometry technicians will provide their CAOHC certification numbers and other required information necessary to comply with DOEHRS certification and data transfer requirements. Personnel conducting spirometry will be certified by an approved program of the National Institute for Occupational Safety and Health (NIOSH) 1-12Instrumentation must meet or exceed appropriate performance standards and accuracy must be verified IAW current occupational medicine certification standards. 1-13Contractor will ensure health care workers fully comply with the requirements of 29 CFR 1910.1030 Blood borne Pathogens Standard. 1-14Credentialing: Vendor will certify that the vendor's process for credentialing and privileging medical personnel performing professional services under this agreement meets or exceeds the standards of Army Regulation 40-68, Clinical Quality Management. 1-15SPECIFIC TASKS: The following tests/examinations may be required and must meet the criteria specified: 1-16Head to toe functional capacity exam or designated employees, to include weight lifting/bearing, range of motion and identifying and physical limitations. 1-17Laboratory Tests will be processed by a certified clinical laboratory and performed by personnel certified under the American Society of Clinical Pathology. The supporting laboratory will provide, at no additional cost, employee instruction and equipment necessary for tests requiring special collection methods and/or containers (i.e., 24-hour urine collection, fasting, etc.). Blood draws are to be completed in the morning hours to alleviate fasting hunger during the day. Tests may include any of the following: A.Complete Blood Count (CBC) including partial differential and blood platelet counts (actual). B.Chem. 20 panel C.Urinalysis (UA), screening and microscopic. D.Alkaline phosphatase (Alk PO4), Gamma Glutamyl Transpeptidase (GGTP), Serum Glutamic Oxalacetic Transaminase (SGOT), and Serum Glutamic Pyruvic Transaminase (SGPT) either individually or as part of a liver Profile. M.Lead, ZPP, incl peripheral smear, BUN, Creat, UA, H&P N.Cadmium panel (urine and blood). O.Formaldehyde P.Benzene Q.PSA only on individuals requesting the testing. R.Pregnancy testing only on the request of the individual. 1-18Pulmonary function tests will meet the following criteria: a.Performed by a licensed physician, certified pulmonary function technologist, or registered respiratory therapist in accordance with 29 CFR 1910.1001. Reports will include respirator use clearance b.Test will include as a minimum forced expiratory volume in one second (FEV1), forced vital capacity (FVC), FEV1/FVC ratio, comparison with recognized normal results (Knudson) for the individual's height and weight, and a documented interpretation by a pulmonologist or certified occupational health physician. c.Specifications regarding equipment guidelines and calibration test administration, and test interpretation must meet applicable OSHA and ANSI standards. Supporting documentation will provided to this office upon request. 1-19Quantitative fit Testing: The employee must be fit tested with the same make, model, style, and size of respirator that will be used. Fit testing will be done in accordance with 29 CFR 1910.134. 1-20Vision Screening will detect the possible need for visual correction. Parameters surveyed will include far and near visual acquity, both eyes, left eye, right eye, stereo depth perception, vertical phoria, lateral phoria, color vision, and peripheral vision and may include nondestructive inspection and testing (NDI) vision screenings per FAA (as applicable). 1-21Audiogram will include a record of the threshold of audibility of each ear for pure tone test frequencies 500, 1000,2000,3000,4000, and 6000 Hertz. Transfer of audiometry data to the DOEHRS-HC system will also be required. To facilitate transfer of data into the DOEHRS system, and in accordance with Department of the Army Pamphlet 40-501, all audiograms will be conducted using Benson Medical Instruments audiometers. Hearing conservation training will be provided during testing. Significant threshold shifts and any OSHA-recordable or reportable hearing loss will be documented by roster and provided to the OHN/OH technician. 1-22Chest X-ray will be conducted depending on exposures at the work site. Chest X-rays can be an important test in detecting disease in workers. These abnormalities are usually seen radiographically before they can be detected by pulmonary function testing or before signs and symptoms appear. The interpretation of subtle findings of pneumoconiosis depends upon a technically superior chest film. 1-23 Vital Signs will include blood pressure, pulse, height and weight 1-24Physical examination by a physician only with appropriate qualifications, training, licensing, and experience in occupational health. The physician will verbally counsel patients on findings and wellness education. Provide Department of Transportation (DOT) certification/clearance for truck drivers. 1-25Abnormal clinical findings. Any abnormal clinical findings on specimens that indicate the possibility of a present danger to the employee will confirmed by repeat analysis on the specimen at no additional costs. Confirmed results will be reported immediately to CAARNG OHN/OH technician. If abnormal findings are due to vendor error, e.g. artifacts on chest x-rays, test will be repeated at no additional costs 1-26Complete written reports/result will be administratively organized, put in envelopes as directed, and forwarded to the Occupational Health Office. For proposal pricing, break down costs to the California Army National Guard will include separate prices for onsite fees for MD's Phlebotomist, Technicians, the mobile Test Center, and Admin Distribution of test results/DOEHRS-HC The following clauses and provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.212-1 Instructions to offerors - Commercial Items; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, with the following applicable clauses in paragraph (b):FAR 52.209-6, protecting the Government's best Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.222-3, Convict Labor; FAR 52.222-21 Prohibitions of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to know Information; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payments by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965, As Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.224-1 Privacy Act of Notification; FAR 52.224-2 Privacy Act; FAR 52.237-7, Indemnification and Medical Liability Insurances (*At least the minimum amounts required in the State of California); FAR 52.246-4, Inspection of Services - Fixed-Price; FAR 52.252-1 Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil) (This solicitation incorporates one or more solicitation provision by reference, with the same force and effect as is they were given in full text);FAR 52.252-5 Authorized Deviations in Provisions; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblowers Rights; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.204-7004 Required Central Contractor Registration Alternate A; DFARS 252.212-7001, Contracts Terms and Conditions Required to Implement Statues and Executive Orders --- Commercial Items, with the following clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS252.247-7023 ALT III, Transportation of Supplies by sea - Alternate III, 252.232-7010 Levies on Contract Payments; 252.247-7024 Notification of Transportation of Supplies by sea. Note: The full test of a clause/ provision may be accessed electronically at: http//:farsite.hill.af.mil. Notice Contractor performance may be evaluated in accordance with policy at FAR 42.1502 All vendors MUST have a publicly visible registration in SAM. Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. Simplified Acquisition Procedures will be utilized. All responsible business firms must respond in writing or email prior to 0800 24 May 2013. Express mail may be addressed to Building 633, Highway 1, Camp San Luis Obispo, CA 93403. Email: jose.a.hernandez6.mil@mail.mil Phone number: 805-594-6379 Fax: 805-594-6348
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-13-T-0002/listing.html)
 
Place of Performance
Address: USPFO for CA 2303 Napa Ave. San Luis Obispo CA
Zip Code: 93405
 
Record
SN03064158-W 20130518/130516235142-c5fde660453cf5d7549a1fa7ae536634 (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.