Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2020 SAM #6674
SOURCES SOUGHT

99 -- Occupational Medical Surveillance Program (OMSP) Examinations

Notice Date
3/6/2020 2:20:35 PM
 
Notice Type
Sources Sought
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B20Q0023
 
Response Due
3/13/2020 1:00:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
Monte Jordan, Phone: 662-809-5888
 
E-Mail Address
monte.jordan@usda.gov
(monte.jordan@usda.gov)
 
Description
Description The USDA, Agricultural Research Service (ARS) is conducting market research to determine what the capabilities and interests of the marketplace are for a planned contract.� This is a Sources Sought Notice ONLY.� The planned contract is for non-personal services to provide medical examinations and health care for the ARS Occupational Medical Surveillance Program (OMSP), as required by OSHA, for the USDA/ARS/SEA, Mississippi State, Mississippi location.� OSHA-mandated medical evaluations are limited and specific to the hazard of work activity in question.� The results of all examinations provided under this program will be safeguarded in accordance with 5 CFR 293, Subpart E, �Employee Medical File System Records.�� The purpose of the Occupational Medical Surveillance Program is to provide medical surveillance for all authorized USDA/ARS employees who are exposed to hazards, even just occasionally, that could potentially result in a work-related illness. The results of the medical testing and examination will determine if action is required on the part of USDA/ARS to correct actual or potential health problems, and possibly eliminate exposures. The medical provider shall identify problems and determine what changes may be necessary.� The examinations are performed by licensed independent practitioners (LIP) including physicians (MD or DO), nurse practitioners (NP) or physician assistants (PA). The contractor shall provide: SCHEDULING OF MEDICAL EXAMINATIONS EXAMINATION PERFORMANCE EXAMINATION COMPONENTS (The components of the examination will vary based on specific customer location requirements) LIP review of medical history and Occupational History LIP performance of Baseline Physical Examination and review of test results Laboratory Testing including:� Venipuncture, RBC and Plasma Cholinesterase, RBC Cholinesterase, Reticulocyte Count, Urine Arsenic, Phenol Urine, Heavy Metal Urine, and Histoplasmosis Antibody Audiometry (Audiogram) Vision testing:� (near, distant, depth, peripheral, color) Glaucoma Test Respiratory Medical Clearance (RMC) Chest X-Ray (PA)� (Including cost of interpretation) Electrocardiogram Spirometry Exercise Stress Test (EST) Fitness Evaluation Stool for Occult Blood Test Immunizations to include:� Hepatitis-A Vaccination, Hepatitis-B Vaccination, Tetanus Diphtheria Vaccination, and Tuberculosis Skin Testing (MANTOUX) PHOTOCOPYING POSTAGE/HANDLING RECORDS MANAGEMENT/RECORDS PROCESSING MEDICAL REVIEW (By a board-certified occupational health specialist physician) Location specific tests include:� Venipuncture, PA Lat Chest X-Ray with interpretation, Basic Metabolic Panel, Comprehensive Metabolic Panel, Lipid Panel, Hepatic Function Panel, Urinalysis, Urine Ala, Urine Arsenic, Occult Blood x3, Blood Occult Qual Fecal Hemoglobin x3, RBC Cholinesterase, Carbon Disulfide, Formaldehyde Chromatography, Benzene Chromatography, Urine Copper, Blood Copper, Urine Mercury, Blood Mercury, Blood Lead, Assay - Blood Lipase, Assay � PSA, Thyroid Stimulating Hormone, Radioisotope, Manual Diff, Complete Blood Count, Reticulocyte, TB Mantoux, Histoplasmosis, Urine Cytopathology, Sputum Cytopathology, Urine Pathology, Sputum Pathology,�Vaccine Administration 1st Shot, Vaccine Administration 2nd Shot, Tetanus Toxoid Immunization, Tetanus Diphtheria Pertussis Immunization, Tetanus Diphtheria Immunization, Audiometry, Electrocardiogram, Pulmonary Function � Spirometry, Serum Banking, Evaluation and Management Level 3, Evaluation and Management Level 4, and Evaluation and Management Level 5. This is a Sources Sought Notice ONLY.� This is NOT a solicitation for quotations.� A determination by the Government on the method of competing this requirement has not been established.� The Government will not award a contract based on this Sources Sought Notice or the information received, nor will it reimburse participants for the information they provide.� If you are an interested vendor and can meet all requirements of planned contract listed above, please provide the following information: Business Name, Business Address Business Website, Point-of-Contact Name, Phone Number, Email Address and Mailing Address (if different from Business Address). Business Size (large business or small business), and if applicable,� a statement regarding small��� business status (i.e., SB, 8(a), VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB) with corresponding NAICS code. DUNS Number and CAGE Code. A brief Statement of Capability (no more than three pages) which demonstrates the ability to meet the specialized work requirements above.� Include any past performance information on contracts of similar size and scope.� Electronic responses are preferred. �Information provided will not be used as a part of any subsequent solicitation requirement.� Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Interested parties must respond by email to monte.jordan@usda.gov on or before Friday, March 13, 2020 at 3:00 PM Central Standard Time. Disclaimer and Important Notes: 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. The government is not responsible for locating or securing any information, not identified in the response. 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in beta.SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ae70bd0d6ae54e328d6f3697adb788c2/view)
 
Place of Performance
Address: Mississippi State, MS 39762, USA
Zip Code: 39762
Country: USA
 
Record
SN05582377-F 20200308/200307085921 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.