Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2007 FBO #1948
SOLICITATION NOTICE

Q -- Medical Tests - mobile facility

Notice Date
3/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS07R0008
 
Response Due
3/31/2007
 
Archive Date
5/30/2007
 
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. The request for proposal is being issued as a small business set-aside under NAICS 621498 in accordance through FAC 2005-15. This is a requirement for on-site medical testing for multiple locations throughout the state of Missouri. The contract shall be awarded as a Base Year with 4 Option Years. It is anticipated the testing will be provided over a 2 week period each year. The service performance statement of work is as follows: MEDICA L TEST REQUIREMENTS: 1.1 AUDIOGRAM TESTING  Audiogram testing with audiometer zero (0) reference level shall be used. Audiometer must be comparable to the PCA RA600. Audiograms must be input into the mainframe computer located at the Ike Skelton National Guard Training Site in Jefferson City, MO. Audiometer must be calibrated within one (1) year of test date and meet ANSI 1989 Standards. Sound Booth used must meet or exceed ANSI 1991 Standards. 1.2 PULMONARY FUNCTION TESTING  Shall include, as a minimum the determination of the Forced expiratory Volume in one (1) second (FEV) and the Forced Vital Capacity (FVC). This shall include clearance letter, signed by a physician, to wear respirators for certain individuals as requested by the Occupational Health Manager, LT Beth Oppermann. 1.3 QUANTITATIVE FIT TESTING  Using a TSI Portacount Plus Respirator Fit Tester or equal, shall be in accordance with 29 CFR 1910.1001 Appendix C and shall consist of the following independent quantitative fit tests: a. Full Face Piece Respirator shall have a minimum fit factor or 2500. b. Half Face Piece Respirator shall have a minimum fit factor of 1000. If individual fails test, contractor will fit with proper respirator (at least 4 types) having minimum fit factor. If any medical problems are discovered, or an employee is not cleared for use of a respirator, the Occupational Health Manager will be notif ied immediately at (573) 638-9943. 1.4 BLOOD TESTING  to include the following: a. Complete Blood Count with Differential (CBC) b. SMAC c. Coronary Risk Profile to include HDL and LDL 1.5 OSHA PHYSICAL EXAMINATIONS  Physical examination assessment and consultation to be performed by a physician familiar with Occupational Health or his/her qualified physician representative, i.e. Licensed Nurse Practitioner, Licensed Physician Assistant . Examinations to include the following: a. Individuals work/health history b. Potential and/or current occupational exposure c. Individuals pulmonary cardiovascular, musculoskeletal and gastointestinal systems d. Dermatological Examination  inspection of the entire integumentary system with emphasis on areas most likely to be affected by the individuals occupational exposure. e. Laboratory analysis to include the following: 1) CBC with Differential 2) SMAC 3) Coronary Risk Profile to include HDL and LDL f. Heavy Metals Laboratory analysis to include: 1) Lead/ZPP 2) Cadmium 3) Chromium 4) Mercury 5) Arsenic 1.6 PROSTATIC SPECIFIC ANTIGEN (PSA)  Test to be provided to individuals over forty (40) years of age. CONTRACTOR RESPONSIBILITIES, PROCEDURES AND STANDARDS 2.1 THE CONTRACTOR WILL PROVIDE THE FOLLOWING: a. A van, on-site and have adequate equipment and staffing in order to screen employees by the delivery order deadline date. b. All labor, materials, supplies, equipment and vehicles necessary to perform this contract, to include electrical devices and connections to use government furnished electricity and water. c. All specialists must have the proper credentials required by the State of Missouri to perform their procedures; i.e., State Certifications or Licenses for EMT (Emergency Medical Technician), Lab Tec hnician or Phlebotomits. Audiogr Testing must be performed by and individual Certified by the Council for Accreditation in Occupational Hearing Conservation. All phases of the testing must adhere to OSHA specifications and National Guard Bureau Regulatio n NGR 385-10. Testing shall conform to applicable Federal, State and OSHA Regulations and Laws. d. TSI Portacount Plus Respirator Fit Tester or equal for respirator fit testing. e. Hears Software must be used for audiometer testing, and the contractor shall complete data entry at Occupational Health Managers Office, Ike Skelton Training Site, 2302 Militia Drive, Jefferson City, MO. f. A minimum of the following four types of respirators will be used for fitting purposes: 3M, North, MSA and Survivair. g. Medical Records will be maintained in accordance with all Laws and Regulations of the Privacy Act of 1974 and guidelines governing Confidentiality of Medical Records, and will be subject to penalties imposed by such laws for improper disclosure. All te st results will be forwarded to and maintained in the Office of the Occupational Health Manager, MAJ Judy Sandbothe within ten (10) days of the test results. The contractor will immediately notify the Occupational Health Manager of abnormal test results, i.e., increase blood pressure, etc. h. The contractor shall provide seven (7) separate lists for each location of all individuals tested. The listing is to be in alphabetical order by last name. Information on the listing shall include: Last Name, First Name, Social Security Number and th e Test(s) administered. The test results shall also be correlated alphabetically for each location. i. Removal of all trash from Government Property which has been generated as a result of this contract, including blood products and related material is the responsibility of the Contractor. The control precautions for minimizing the risk of exposure to b lood and bodily fluids in accordance with U.S. Department of Health and Human Services Center for Disease Control (CDC) Universal Precautions Guidelines and 29 CFR 1910.1030, Bloodborne Pathogens Standards. j. The Contractor must ensue all procedures are conducted in accordance with applicable U.S. Department of Labor Occupational Safety and Health Administration (OSHA) Standard, National Institute for Occupational Safety and Health (NIOSH) Standards, America n Board of Preventive Medicine and American Association of Occupational Health Nurse Standards. k. The Contractor 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 Impr ovement Act of 1967 (42 U.S.C. 263) and accredited by the College of American Pathologists. The Contractor is to submit the Name, Address and a copy of the license/accreditation of the clinical laboratory service. l. Contract will ensure that a physician familiar with Occupational Medicine is responsible for completion and assessment of all examinations and occupational health services. The physician will provide consultation services and review completed medical f orms/records. m. The Occupational Medicine Physician provider will: (1) Ensure information relative to occupation health specification/records and client diagnosis/prognosis are directed to 1LT Beth Oppermann at (573) 63-9743, Office of the Adjutant General, ATTN: Occupational Health Manager, 2302 Militia Drive, Jefferson City, MO 65101-1203. (2) Annually visit the Combined State Maintenance Shop (CSMS), 7000 Military Circle, Jefferson City, MO and the Missouri Aviation Classification Rep. Act. Depot (MO-AVCRAD), 2501 Lester Jones Avenue, Springfield, MO, to become familiar with employee workin g conditions, work practices, and exposures. Visits to be coordinated with 1LT Oppermann. (3) The Contractor to ensure examination area maintains patient confidentiali ty and privacy during and after exam. Examination area will contain hand-washing facilities for health care providers use. (4) As required, be available for telephone consultations with Occupational Health Manager, 1LT Beth Oppermann. n. The Contractor will ensure health care workers or providers wear protective gloves for touching blood and for handling items from surfaces soiled with blood or bodily fluids, and wear a clean pair of disposable protective gloves prior to touching muco us membranes or non-intact skin of each client, and for performing venipuncture and /or any other vascular access procedures. o. The Contractor will require health care providers to immediately wash their hands and other skin surface thoroughly if contaminated with blood or other bodily fluids. Hands should be washed immediately after gloves are removed. p. Personal Protective Equipment (PPE) (1) The Contractor shall furnish and assure providers use of appropriate PPE such as, but not limited to, disposable gloves, gowns, eyewear, when there is a potential for exposure to blood or other potentially infectious materials. (2) The Contractor shall repair or replace required PPE as needed to maintain its effectiveness. q. Infectious/Biohazardous Waste Disposal: (1) The Contractor is responsible for disposal of all infectious/biohazardous waste and must be in accordance with all applicable Federal, State and Local Regulations. (2) Puncture-resistant sharps containers must be easily accessible to providers and located in areas where they are commonly used. (3) Contractor shall identify the presence of actual or potential infectious/biological hazards in accordance with 29 CFR 1910.145 (f). (4) Tags shall contain the word BIOHAZARD or the Biological Hazard Symbol and state the specific hazardous conditions and/or the instructions to be communicated to providers in accordance with Federal, State and Local Regulations. r. Housekeeping Practices. The Contractor shall ensure that the physical examination/work-site area is maintained in a clean and sanitary condition. YEARLY TESTING 3.1 The Government shall provide 60 days prior to exercising option period: a. Test Sites and dates b. Tests to be conducted c. Quantity of tests conducted at each site. The following clauses and provisions are applicable to this requirement. 52.212-1 Instructions to Offerors - Commercial Items. 52.217-5 Evaluations of Options. 52.217-8 Option to Extend Services. 52.217-9 Option to Extend the Term of the Contract. 52. 212-2 Evaluation - Commercial Items, factors are as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The offeror shall provide the following information for source selection. 1. Information concerning the company offering the proposal 2. Technical information concering mobile equipment to be used to fulfill the contract. 3. Resumes of personnel (health professionals and support staff) key personnel intended to be assigned to work on this effort. Include the name of the laboratory conducting the heavy metal testing. 4. Resumes of key administrative personnel intended to work on this contract. 5. Past Performanc references: Include the name of the agency/company, telephone number, name of an individual that has knowledge of your past performance. 6. Price. Provide pricing boken down as follows: a. Daily Equipment costs b. Equipment set-up, teardown c. Daily technician charges, include per diem for travel. d. List tests identified in the statement of work and the cost for each test per person tested. e. Option year increases should be stated as a percent increase. Technical evaluation of equipment and personnel based on the information provided and past performance references, wh en combined, are significantly more important than price in determining the best value source selection. The Government intends to award without discussion unless it is determined to be necessary by the Contracting Officer. Completion of 52.212-3 Offeror Representations and Certifications - Commercial Items or notice of electronic representations and certifications at ORCA websit. 52.212-4 Contract Terms and Conditions - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statu tes or Executive Order - Commercial Items (a) (b)(3)(5)(10)(14)(15)(16)(17)(18)(19)(20)(32)or (33)(c)(1)(2)(3)(d)(e). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Comme rcial Items (a)(b)(4). Proposals shall be accepted electronically by e-mail to mary.lea@us.army.mil
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN01259330-W 20070328/070326220724 (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  © 1994-2020, Loren Data Corp.