Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2014 FBO #4438
SOURCES SOUGHT

Q -- Medical Specialist Provider Network - Sources Sought

Notice Date
1/16/2014
 
Notice Type
Sources Sought
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
PSC01LB
 
Point of Contact
Lydina Battle, Phone: 3014436761
 
E-Mail Address
lydina.battle@hhs.gov
(lydina.battle@hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice: Introduction The Program Support Center (PSC) at the Department of Health and Human Services (HHS) wants to identify viable small businesses that can provide a network of medical specialist to provide exams and evaluations as needed. The requirement is for medical specialist who are typically board certified specialists to perform Independent Medical Exams (IME), Psychological IMEs and Evaluations, Functional Capacity Exams and Fit for Duty Exams. This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Purpose The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are 8(a) small businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method; including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Background The Federal Occupational Health (FOH) works with Federal client agency managers to find cost-effective ways of retaining employees and reducing attrition. FOH makes recommendations pertaining to whether an employee meets medical or psychological guidelines as well as an employees' ability to perform the essential functions of a specific position as it relates to their medical condition(s). The FOH teams address a wide range of employee conditions, from lower back pain and limited vision, to bipolar disorder and autism. FOH helps keep the federal agency workforce intact by working with management to bring employees back to work in a timely manner and by improving their ability to do their jobs. As a result, agencies maintain a high level of productivity. The purpose of this acquisition is to provide FOH with a network of specialists nationwide, which includes, but is not limited to physicians, physical therapists, and Council for Accreditation in Occupational Hearing Conservation CAOCH certified technicians. Physician(s) need to be board certified in, but not limited to: cardiology, internal medicine, family medicine, endocrinology, gastroenterology, nephrology, neurology, neuropsychiatry, neurosurgery, ophthalmology, orthopedic surgery, otolaryngology, physical medicine and rehabilitation, psychiatry, psychology, and pulmonology. Some federal agencies will require the psychiatric physician be able to demonstrate knowledge of forensic law enforcement hiring/screening experience and have knowledge of the Office of Personnel Management's policies about federal hiring. Medical professionals shall have a current and unrestricted license to practice medicine in the jurisdiction of delivery of care. Staff certifications for Hearing Conservation by a CAOCH approved program are required for technicians conducting audiometric testing UNLESS an audiometric microprocessor is used. The goal is to provide consistent standardized specialty occupational health, medical and psychological exams and evaluation services in areas where FOH does not have a current presence, in an efficient manner such that Federal employees do not have to travel long distances to receive services. Physical examinations will be completed by a health care provider whose knowledge, skills, and abilities are commensurate with the scope of practice per the state or territory requirements in which the service is performed. The contractor will be responsible for managing all aspects of the specialty services including Medical Employability and Fit for Duty, including providers, maintaining credential files, and quality control. Professionals conducting fitness-for-duty evaluations and risk assessments are required to maintain a position of neutrality and advocate for neither the employer nor the employee. Oftentimes, the expert assessment requested is needed to make an evaluation as to the employee's ability to safely perform his/her work duties. Legal Testimony and Travel The physician(s) of specialty may be required to provide legal testimony or testify in court proceedings. Travel will be reimbursed under this contract similar to the Federal Travel Regulations. Project Requirements The contractor shall provide the network of specialty medical providers to provide exams and evaluations as needed within the Continental United States (CONUS), as well as outside of the Continental United States (OCONUS), to include the Virgin Islands, Guam, Puerto Rico, Hawaii and Alaska, and international locations including Canada. Additional international sites may also be required, if the need arises. The contractor may choose to provide these service provisions through a variety of health and wellness service facilities such as hospitals, occupational health clinics, general medical clinics, specialty and/or other types of medical providers. The contractor shall distribute the necessary forms, documents, and supplies to all medical providers, as specified by FOH, to successfully perform the required services. The contractor shall receive and process the completed clinical documentation from the medical providers and shall review all materials for completeness, adequacy of testing and accuracy according to components and instructions as specified in FOH Clinical Policies and Procedures, and other documents. All testing and services must meet United States occupational health industry standards. Psychiatric evaluations for some agencies will need to include specific components in each written recommendation. Five (5) requirements that shall be addressed in detail within the written recommendation include: diagnosis, nexus, medications, breakthrough symptoms and final recommendation. The contractor shall administer and manage the network of specialty providers. This requirement includes the location and procurement of services from a network of specialty medical providers in designated locations who meet FOH Occupational Health services criteria. The contractor will receive physician orders providing the specific requirements of each service for each client. The contractor will find and schedule the services and submit the documentation to the FOH POC via UPS, fax or encrypted email. Electronic Medical Record's are not authorized. No client information will be entered into data bases or record systems at the provider level or the contractor level. No government employees' private information will be stored electronically. All employee personal information will be kept confidential. Response information In order to respond to this notice, interested firms shall address the depth and breadth of corporate and technical capabilities, and must be able to clearly convey its experience and/or ability to provide the services in the following areas, which are identified as core services. Types of Services: Independent Medical Examination: Work related or medical disability examination by other than the treating physician that includes: completion of a medical history commensurate with the patient's condition; performance of an examination commensurate with the patient's condition; formulation of a diagnosis, assessment of capabilities and stability and calculation of impairment (when requested), assessment of ability to perform the essential functions of a particular job and completion of necessary documentation/certificates and report. Functional Capacity Evaluation: Physical performance test or measurement (eg, musculoskeletal, functional capacity), with written report. The report shall include a statement about whether an employee is physically capable of performing a particular job, safely. Fitness-for-duty Evaluation/Risk Assessment: An assessment to determine if an employee meets the medical or behavioral health guideline (as applicable) and or is not able to perform essential job functions. Minnesota Multi-phasic Personality Inventory-2 (MMPI-2): is a psychological test that assesses personality traits and psychopathology. It is primarily intended to test people who are suspected of having mental health or other clinical issues. 16 Personality Factor Questionnaire (16PF): Personality tests, such as the 16 Personality Factor Questionnaire (16PF®), help recruiters make informed decisions about an individual's suitability for a role and possible strategies for managing them effectively. Shipley Test: Measures intellectual ability and impairment, composed of two brief subtests: (1) a 40-item Vocabulary Test that requires the respondent to choose which of four listed words "means the same or nearly the same" as a specified target word; and (2) a 20-item Abstract Thinking Test, which requires the respondent to fill in numbers or letters that logically complete a given sequence. One Hour Individual Assessment: Self-explanatory. Instructions to Industry Interested sources possessing the capabilities to meet the above requirements should submit a cover letter along with a capability statement not to exceed ten (10) pages demonstrating ability to perform, and should include an outline of previous or similar projects so that the government can perform a proper evaluation of the company's capability. The statement should also include an indication of certified small business status; this indication should be clearly marked on the first page of the capability statement. This notice is for PSC's planning only. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Interested respondents shall provide a capability statement to include the following: Information regarding the difficulty and/or feasibility of the potential requirement or proposed acquisition Information regarding core competencies: (a) Depth and breadth of specialty network.; (b) Current corporate capability and capacity to perform the work; (c) Prior completed projects of similar nature; (d) Corporate experience and management capability; (e) Examples of prior completed Government contracts, references, and other related information; The written response to this notice should consist of the following items: • Company Name. • Company DUNS number. • Company point of contact, mailing address, telephone and fax numbers, and website address • Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives • Date submitted. • Applicable company GSA Schedule number or other available procurement vehicle. • Do you have a Government approved accounting system? If so, please identify the agency that approved the system. • Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp Responses must be submitted not later than January 31, 2014 11:00a.m. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is ten (10) pages. Capability statements should be emailed electronically to the name and email below. As previously stated, the Government will not entertain questions regarding this Market Research; however, general questions may be forwarded to the following: Contract Specialist: Lydina Battle Email Address: Lydina.Battle@psc.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/PSC01LB/listing.html)
 
Record
SN03269152-W 20140118/140116234313-21aa11b9b50a5872def16677bf70ca64 (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.