Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

Q -- Federal Technician Physical Exams

Notice Date
6/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Montana, USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V08T0001
 
Response Due
6/23/2008
 
Archive Date
8/22/2008
 
Point of Contact
Christopher C. Lende, (406)324-3403
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services 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 NAICS Code is 621399 and the size standard is $6.5 million. SPECIFICATIONS/STATEMENT OF WORK 1. PURPOSE 1-1. The purpose of the Montana Army National Guard (MTARNG) Mobile Occupational Medical Surveillance Examination Program is to provide job-related medical surveillance examinations to approximately 130 MTARNG full-time support (FTS) who are potentially exposed to health hazards in the work environment. The contractor will provide all labor, tools, supervision and supplies to conduct mobile medical surveillance for the MTARNG. 1-2. To conduct medical surveillance examinations at two (2) MTARNG work-sites/locations listed below: SITE/LOCATIONAPPROXIMATE NO. OF PERSONNEL a) SITE # 1 Army Aviation Support Facility50(AASF), Helena, MT b) SITE # 2 Troop Medical Clinic 80 Ft. Harrison, MT 1-3 Test requirements are different for each location. Therefore, cost quotes should be on a per test basis with the overall requirements being taken into consideration. All numbers are approximate and are not binding. The Montana Army National Guard guarantees at least 80% participation of employees in the program. 2. MONTANA ARMY NATIONAL GUARD PROJECT OFFICER 2-1 The MTARNG Project Officer is MAJ Amy Ramer, State Occupational Health Nurse, P.O. Box 4789, Fort Harrison, MT 59636-4789, Commercial (406) 324-3280. Authorization for tests may be given only by the State Occupational Health Nurse. An authorization form must accompany each employee at time of testing. Only tests authorized by the Occupational Health Nurse will be billed to the Montana Army National Guard. 3. PERFORMANCE PERIOD 3-1 Medical surveillance testing to be completed NLT 30 September 2008 at 2 locations as indicated. 3-2 Testing schedule will be coordinated through the Occupational Health Nurse. Testing will only be performed Tuesday through Friday and will not begin before 0700 and will stop NLT 1700 at stop # 1 (AASF) for 50 personnel and Monday through Friday from 0700 to 1500 at stop # 2 (TMC) 80 personnel. All personnel are available during the stated time frame. 3-3 Initial Coordination: Contractor will contact and schedule an initial pre-performance phone call with the MTARNG within fifteen (15) working days after the award of the contract for the purpose of discussing the details of the specifications and implementation of services. 3-4 In the event of contractor equipment failure, specific testing and/or parts of examinations which are not completed during the testing period are to be completed at a scheduled time mutually convenient to the Contractor and the MTARNG. 4. REFERENCES 4-1 Army Regulation 40-5, Preventive Medicine. 4-2 National Guard Regulation 385-10, Army National Guard Safety and Occupational Health Program. 4-3 U.S. Department of Labor (DOL) Code of Federal Regulations 29 (CFR) 1910, Occupational Safety and Health Standards for General Industry. 4-4 Headquarters, Department of the Army Pamphlet (DA PAM) 40-501, Hearing Conservation. Military references available upon request. 5. PROCEDURES AND STANDARDS 5-1 Contractor must ensure all procedures are conducted in accordance with applicable American Board of Occupational and Environmental Medicine (ABOEM), U.S. Department of Labor, Occupational Safety and Health Administration, and National Institute for Occupational Safety and Health (NIOSH) standards. 5-2 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 Improvement Act of 1967 (42 U.S.C. 263a) and the College of American Pathologists. 5-3 Contractor must provide a board certified Occupational Health Physician to conduct job-related medical surveillance physical examinations for approximately 130 MTARNG personnel at two (2) MTARNG work-sites. 5-4 Certified/licensed medical technicians to administer medical surveillance screening/testing. Personnel conducting audiometric testing will be certified by a Council for Accreditation in Occupational Hearing Conservation (CAOHC) approved program. Personnel conducting spirometry will be certified by a National Institute for Occupational Safety and Health (NIOSH) approved program. 5-5 Instrumentation must meet or exceed appropriate performance standards and accuracy must be verified IAW current Occupational Medicine Certification standards. 5-6 Contractor will ensure health care workers fully comply with the requirements of 29 CFR 1910.1030 Bloodborne Pathogens Standard. 6. MEDICAL SURVEILLANCE 6-1 Occupational medical surveillance will be conducted by a board certified Occupational Health Physician. Occupational medical surveillance will consist of a physical examination to include complete occupational health history, height and weight, vital signs, assessment of pulmonary, cardiovascular, gastrointestinal, neurological, dermatological and related systems associated with exposure, complete blood count with differential, blood chemistry screen 25, and urinalysis. 6-2 Based upon occupational exposures, additional testing will include blood lead and ZPP (zinc protoporphyrin) level sampling and analysis, chest x-ray (PA) with B-reader, pulmonary function testing, to include clearance by a physician to wear a respirator, audiometry and mutliphasic vision screening. 6-3 Prostate specific antigen (PSA) will be performed on select males. 7. AUDIOMETRIC TESTING 7-1 Audiograms will be performed with a range of 500 Hz to 6,000 HZ with a zero reference. In addition, notification of changes in hearing should be changed to: average change of +/- 15 dB at 1,000, 2,000, 3,000 or 4,000 Hz. Paper copy and/or electronic format of individuals baselines will be available. Calculations should be without age correction. These changes will ensure that the information will be compatible with our existing system and will meet the requirements for reporting. In addition to the audiogram the following information will be obtained: a.Examiners name and CAOHC certification number. b.Audiometers model, serial number and calibration date. 8. VISION SCREENING 8-1 Multiphasic vision screening will be performed with the equipment (Titmus type), able to measure the following primary visual skills: a. Visual acuity for distance and near b. Lateral phorias for distance and near c. Vertical phorias for distance and near d. Depth perception e. Color perception f. Peripheral Vision 9.PULMONARY FUNCTION TEST (PFT)/Spirometry and Respiratory Clearance. PFT must be performed by a NIOSH certified Pulmonary Function Technician. The reviewing physician shall determine if the individual is physically able to perform his work and wear a respirator, and what, if any, restrictions are recommended. Documentation will then be made on an Employee Medical Clearance Evaluation Statement (for the personnel receiving PFTs). At a minimum, written PFT documentation will include: a.Forced Vital Capacity (FVC) and percent of predicted. b.Forced Expiratory Volume in one second (FEV1) and percent of predicted. c.Ratio of FVC to FEV1 and percent of predicted. 10.Laboratory Analysis testing will include the following: a.CBC with differential b.Blood Chemistry screen 25 c.Urinalysis with cadmium screening d.Blood Lead and ZPP e.Prostate Specific Antigen 11. Chest X-ray, PA view with B reader (qualification of the radiologist) 12.MOBILE UNIT CONFIGURATION 12-1 Medical surveillance testing is to be accomplished via mobile unit. Features of the unit should include, but are not limited to, a climate-controlled atmosphere, patient waiting/holding area for registration, testing/phlebotomy station, and individual audiometric testing booth. 12-2 Mobile units are to be equipped with separate power source/generator to operate in conditions, if necessary, without access to shore power. 13.MEDICAL REPORTS AND RECORDKEEPING 13-1 Contractor will provide two (2) copies of test results along with a complete listing of results in a ledger form NLT one (1) month after testing has been completed. (Contractors forms are acceptable). In addition, contractor will provide the following computerized records, formatted for downloading into MTARNGs computerized database (Occupational Health Manager and DOHRS-HC); laboratory, audiometric, and spirometry test results. Results of medical surveillance testing which are questionable and/or critical clinical significance are to be communicated immediately to the Occupational Health Nurse by telephone. 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 best value proposal will be determined by evaluating the contractors offer based on Price and Past Performance and the following technical factors in descending order of importance: 1) Contractors ability to meet the requirements of the Statement of Work. 2) Contractors experience with and knowledge of Physical Exam operations/regulations of the Army National Guard. 3) Contractors ability to meet the schedule in Section 3 of the Statement of Work. The technical evaluation factors and past performance, when combined, are approximately equal in value to cost or price. Offerors shall ensure that the above factors are listed in their proposals. The provision at 52.212-4, Contract Terms and Conditions Commerical items, applies to this acquisition. Offerors shall include a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commerical items with its proposal. The provisions at FAR 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders commercial items, are included and incorporated by reference. These clauses apply: FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity of special disabled veterans, veterans of the Vietnam Era. Offers must be submitted by hard copy to the USPFO for Montana, ATTN CPT Lende, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than June 23, 2008 by 4:00 PM Mountain Standard Time. Contractors are required to be registered in the CCR database. If you have any questions, please contact CPT Chris Lende at 406-324-3403 christopher.lende@us.army.mil or Mr. Paul Larsen at 406-324-3406 paul.carlton.larsen@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af75075648a480d7ab37a1acc66d692f&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Montana 1956 Mt Majo Street Fort Harrison MT
Zip Code: 59636-4789
 
Record
SN01584512-W 20080604/080602215457-af75075648a480d7ab37a1acc66d692f (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.