Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2003 FBO #0413
SOLICITATION NOTICE

Q -- Work Capacity Physical Examination Services IDIQ

Notice Date
1/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region/Coronado NF, Federal Building 300 West Congress, Tucson, AZ, 85701
 
ZIP Code
85701
 
Solicitation Number
R3-05-03-029
 
Archive Date
2/14/2003
 
Point of Contact
Mark Hostetler, Contract Specialist, Phone (520)670-4565, Fax (520)670-4532, - Sylvia Nunez, Contract Specialist, Phone (520)670-4560, Fax (520)670-4532,
 
E-Mail Address
mhostetler@fs.fed.us, snunez@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
The Coronado National Forest, Tucson, Arizona, is soliciting for professional medical services to provide annual physical examinations specific to the occupation of wildland firefighter. The health care facility for such examinations must be located within Pima County, Arizona, and within 30 miles of metropolitan Tucson. Note: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-11. This acquisition is set-aside 100% for small business. The NAICS code is 621498 and the size standard is $8.5 million. The contract type is an Indefinite Delivery Indefinite Quantity service contract for one base period plus four option periods. FAR 52.216-18 Ordering, FAR 52.216-19 Order Limitations, and FAR 52.216-22 Indefinite Quantity apply to this acquisition. Price quotes are to be submitted as per the schedule of services below for each contract period, all of which are based on the fiscal year calendar. The Base Period encompasses the calendar days of February 3, 2003 through September 30, 2003. Option Period 1 is fiscal year 2004, 10/01/03--09/30/04. Option Period 2 is FY05, 10/01/04--09/30/05. Option Period 3 is FY06, 10/01/05--09/30/06. Option Period 4 is FY07, 10/01/06--09/30/07. Offers for award shall be evaluated as per FAR 52.217-5 Evaluation of Options, where total price for award is the base price plus the total price for all options. Any exercise of options shall be in accordance with FAR 52.217-9 Option to Extend the Term of the Contract and FAR 52.217-8 Option to Extend Services. Any future price adjustments must be in accordance with FAR 52.222-43 Fair Labor Standards Act and Service Contract Act--Price Adjustment. Department of Labor Wage Determination No. 1994-2025, Rev. No. 26, and the Service Contract Act apply. Quotes must be submitted, as per the schedule of services below, and received by the Coronado National Forest, Room 5F, 300 W. Congress, Tucson, AZ 85701 in person or by mail or by fax--520-670-4532--by close of business January 30, 2003. The minimum guarantee per fiscal year of service is $5000. The maximum ordering limitation is $250,000 cumulative for the base year and the four option years. Instructions to offeror: (a) submit a quote for each item 1-38 or (b) submit a quote for each item 1-38 and a quote for lump sum (Item 38a.) if lump sum is less than the sum of items 1-37. Submit individual quotes for Items 39 and 40. Fee Schedule for Annual Basic Physical Exam Services (Items 1-38): (1) Return to Work Physical Exam. (2) Medical History & Physical. (3) Back Assessment: Flex & Lift. (4) NIDA Drug Screen--5 panel, split sample. (5) Non-NIDA Drug Screen -- 9 panel. (6) Audiometry--ANSI Standards. (7) PFT-- Spirometry. (8) Respiratory Exam. (9) Pulmonary Function. (10) Vision Test: Acuity, Horizontal Field Color Perception. (11) Urinalysis--microscopic. (12) Chem Profil--SMAC. (13) HDL/LDL Ratios. (14) Complete Blood Count. (15) PA & Lateral chest x-ray. (16) X-ray: lumbar spine, 3 view. (17) Back Assessment--Strength. (18) Lifting Capacity. (19) Hemocult Slide. (20) Blood lead. (20) Cholinesterase Serum 37/RBC 37. (21) H-BIG--per cc. (22) HIV. (23) Hepatitis A Vaccine Series--2. (24) Hepatitis B Vaccine Series--3. (25) Hepatitis Profile--A, B, C. (26) PSA--Free. (27) PSA--Total. (28) Breathalyzer. (29) Physician Hourly Rate--Board Certified. (30) Registered Nurse Hourly Rate. (31) Medical Assistant Hourly Rate. (32) Pap Smear Testing. (33) Skin Fold Test. (34) Back Examination--Physical Exam Only. (35) Back Examination--Flexibility Test Only. (36) Back Examination--Lifting Test Only. (37) TB Skin Test. (38) Annual Basic Physical Exam, Total Price. (38a.) Lump sum price for Annual Basic Physical Exam. (39) Maximal Treadmill Stress Test w/Board Certified Cardiologist Reading (40) EKG. The physical exams shall adhere to NFPA 1582 edition 2000 and subsequent revisions thereof, and the IAFF/IAFC Wellness Fitness initiative program. As part of these standards the provider shall: 1) Conduct a review of all pertinent health information including a full history and health examination documented on an examination questionnaire form. 2) Base all medical evaluations and or reports pertaining to examinations on the NFPA 1582 standards, list any restrictions or limitations discovered during the course of the examination, and recommend corrective measures. 3) Utilize examiners familiar with NFPA 1582 to perform all medical examinations. Qualified/certified support personnel under the direct supervision of the physicians shall perform ancillary services in association with the medical examination. 4) Perform all examinations with the highest professional medical standards and ethics. All necessary and/or applicable aspects of any physical exam will be incorporated into a final report that will be reviewed with the firefighter. 5) Adhere to NFPA, DOT, OSHA, and NIOSH rulings and recommendations. 6) Reference USDA Forest Service Handbook FSH 5109.17 and National Wildfire Coordinating Group ?Wildland Fire Qualification Subsystem Guide? 310-1 that describe fitness categories -- Arduous, Moderate, Light, and None--germane to the requirements for the physical exams. Specific Annual Examination Components (Arduous, Moderate, Light fitness categories): Audiometric testing with equipment calibrated to ANSI/OSHA standards; Back assessment/range of motion; Vision testing--Titmus vision tester; Step testing; Pulmonary (lung function) testing on a Keystone tester; Aerobic capacity measurement; Strength screening; Grip testing; Flexibility screening; Skin Folds/Body Mass Index; Vital Signs; Complete physical examination; Personalized/individual fitness report; Laboratory testing to include: Complete Blood Count (CBC), Blood Chemistry Profile (SMAC), Cardiac/lipid Profile HDL/LDL Ratios, Cholesterol, Urinalysis with microscopic analysis. Moderate and Arduous Work Capacity Testing shall include: Annual EKG; Stress Treadmill with board certified cardiologist reading (conducted once every two years for all fire fighters 40 years or older and once every three years for fire fighters age 39 or younger and no risk factors present). Fire fighters with identified risk factors such as chest pain or abnormal EKG shall have an annual Stress Treadmill. Firefighters taking the light work capacity test do not need to have an EKG or a Stress Treadmill, unless the health-screening questionnaire indicates a need for such exams. The following clauses are incorporated by reference and can be downloaded in their entirety at www.arnet.gov/far: FAR 52.212-1, Instructions to Offerors-- Commercial Items; FAR 52.212-2, Evaluation--Commercial Items, utilizing simplified acquisition procedures in Subpart 13.106 and the following evaluation factors: (a) technical/professional capability (submit professional credentials of key personnel); (b) past performance (submit names of firms and contacts for which similar services were rendered within the past 3 years); and (c) price. Selection for award shall be based on the offer most advantageous to the Government given the above evaluation factors. All offers must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition and the following FAR clauses cited therein are applicable to this acquisition: FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.222.41 Service Contract Act of 1965, As Amended, FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts).
 
Place of Performance
Address: Tucson, Pima County, Arizona
Zip Code: 85701
Country: USA
 
Record
SN00242361-W 20030119/030117214041 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.