Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2005 FBO #1438
SOLICITATION NOTICE

Q -- MEDICAL SURVEILLANCE TESTING

Notice Date
11/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W25KYC-5298-8000
 
Response Due
1/2/2006
 
Archive Date
3/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(2:00 PM) (EST)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 solicita tion; proposals are being requested and a written solicitation will not be issued. The solicitation number as shown in this announcement is a Request For Proposal (RFP). All businesses are invited to respond to the combined synopsis/solicitation. Although a Small Business Set-Aside, if insufficient response from Small Businesses, the set-aside may be dissolved and an award made without further announcement. The contractor will provide labor, tools, supervision, equipment, and supplies to provide periodic job-related medical surveillance services for The Pennsylvania Army National Guard at four locations in the commonwealth of Pennsylvania. The locations are 1) State Safety Office, FTIG, Building 11-9, Annville, PA 17003; 2) CSMS-WEST, 835 Fifth Avenue, Coraopolis, PA 15108; 3) FMS #33, 570 Airport Road, Johnstown, PA 15904; 4) Biddle Armory, 2700 Southampton Road, Philadelphia, PA 19154. All services shall be performed in a mobile van owned and operated by the contractor unless a fixed site has been determined by the government. The following are the minimal services required at each location. Laboratory- To include drawing of blood and disposal of all waste products generat ed by each blood draw (i.e.;used needles, vacutainer waste). These waste products will not be disposed of at the testing site. The following blood tests will be completed by the contractor: Complete blood count, SGOT/SGPT, electrolytes, BUN/Creatinine, g lucose, cholesterol including HDL/LDL ratio and cardiac risk analysis, triglycerides and PSA (males 50 & older). Results of each test will be reviewed by the contractor's physician. Pulmonary Function Testing- FVC (Forced Vital Capacity) FEV1 (Forced Exp iratory Volume at 1 second) and FEV1/FVC ratio. Test results will include 3 acceptable loops showing FVC, FEV1, and FEV1/FVC ratio. The contractor's physician will determine each employee's qualification to wear a respirator within the workplace (i.e.; e stablish respiratory certification) based on physician's criteria IAW OSHA 1910.134. Vision Exam- Include distant and near visual acuity, depth and color perception testing. Vital signs- Includes height, weight, blood pressure and pulse. Audiogram- Contr actor will provide air conduction tests to all noise-exposed personnel at 500, 1000, 2000, 3000, 4000 and 6000 Hz in both ears. The audiometric tests will be administered by trained certified personnel using the DOEHRS-HC system when available. The audio metric results will be reported through DOEHRS-HC system prior to use. The contractor's physician will be required to review the hearing results and report all normal and abnormal results. The current number of employees at each site is as follows: FTIG (320), CSMS-WEST (61), Philadelphia (28), Johnstown (102). These numbers are subject to change. The contractor's physician will be required to review all documentation provided by each screening station and report all results in duplicate to the PAARNG State Safety Office, Attn: Safety & Occupational Health Manager within thirty days after surveillance. Contractors interested in this solicitation shall notify the contracting office by fax (717) 861-8604. ATTN: Cynthia Whitman. Those contractors will be forwarded the bid schedule. Each contractor must be registered with the CCR. The ensuing contract will be for a base period commencing 1 Oct 05 through 30 Sep 06 with four (4) option periods (12 months each) renewable at the beginning of the federal fisc al year. The contract will be a firm fixed price contract in accordance with paragraph D of the bid schedule. Contractors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representation and Certifications Commercial It em with its offer. The clause 52.212-4, Contract and Terms and Conditions-Commercial items, applies to this acquisition.The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The clause at 52.212-5, Contract Terms a nd Conditions Required to Implement Statutes or Executive Orders-Commercial Items, are included and incorporated by reference. These clauses apply: 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.203-10, Price or Fee Adjustment for illegal or improper activity; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and VietNam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.225-3, Buy American Act-Supplies. The offers are due no later than 2:00 PM EST, 02 January 2006. If additional information is required, contact Cynthia Whitman at (717) 861-8710. The standard industrial classification is 8099. The small business size standard is 8.5 million. The CLINs for the proposed contract can be obta ined by faxing contractor's intent to bid to Cynthia Whitman at (717) 861-8604 or email to: cynthia.whitman@pa.ngb.army.mil. All qualified contractors are invited to bid. Bids shall be forwarded to: USPFO for PA, Purchasing and Contracting, Room 242, Depa rtment of Military and Veterans Affairs, Fort Indiantown Gap, Annville, PA 17003, no later than 1400 hours.
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
Zip Code: 17003-5003
Country: US
 
Record
SN00924442-W 20051103/051101211945 (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.