Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2008 FBO #2510
SOURCES SOUGHT

R -- Management and Operation of Occupational Health and Wellness Program

Notice Date
10/8/2008
 
Notice Type
Sources Sought
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2009-RFI-00001
 
Archive Date
11/22/2008
 
Point of Contact
Sandra Mack,, Phone: 7704882043, Charlene R. Allison,, Phone: 770-488-2841
 
E-Mail Address
SMack@cdc.gov, fkk1@cdc.gov
 
Small Business Set-Aside
N/A
 
Description
In accordance with Federal Acquisition Regulation (FAR) clause 52.215-3, Request for Information or Solicitation for Planning Purposes, the Centers for Disease Control and Prevention (CDC), Procurement and Grants Office (PGO), is issuing this Request for Information (RFI) as part of market research, to obtain various strategic professional business advice with regard to its occupational health and wellness program. This RFI shall not be construed as a formal solicitation or an obligation on the part of the CDC to acquire any product or services. Submission of any information in response to this RFI is completely voluntary and any costs associated with submission shall not be reimbursed by the Government. The information requested will be used by the CDC to facilitate decision making. The CDC is interested in assuring that its occupational health and wellness program is structured based on cutting edge, state-of-the-art methods, approaches, principles, metrics, quality, and best practices. Please provide information, advice, and scenarios on innovative approaches being used to structure cutting edge, state-of-the-art occupational health and wellness program. 1. Discuss leading innovations in the delivery of Federal sponsored on-site occupational health clinics and operations.  What are some of the next generation of occupational health technologies, methodologies, and tools that should be considered as part of the RFP, e., tele-health interactive kiosks, e-records, quality standards? 2. Discuss performance based approaches for occupational health and wellness services to be outlined in the CDC Statement of Work.  Are there high-performing occupational health and wellness models for CDC to consider as we structure the RFP? 3. Describe some established processes and procedures to assure that the finest quality of occupational health care is delivered at the lowest possible costs.  What are best practices tools to measure and evaluate the results of occupational health clinic operations, quality of care?  What type of data and information regarding the quality of our program should we consider collecting and analyzing?  What factors and metrics are typically used to measure the success of an occupational health and safety? 4. Describe well-defined performance standards that are appropriate for the type of services depicted in this RFI. 5. The CDC is considering establishing a "fee for service" methodology....... Do you have experience with or recommendations regarding a service model that would provide occupational health services to government employees by contract while at the same time providing fee-for-service based occupational health care for onsite contractors in the same facility or nearby facility?  Is this type of CDC services suitable for Employee Paid Services? That is to say, the service provider will arrange access to other on-site medical screenings, evaluations, appointments, whereby the fees are paid by or billed directly to the employee, providing important health services without increasing cost to CDC. 6. Discuss any practices that the CDC should consider related to legal restrictions, governing bodies, state licensure, zoning restrictions, etc.  State qualifications, accreditations and certifications the CDC should require for the occupational health and wellness program, including an employee assistance program. Please outline your company's experience and expertise in dealing with protocols and reporting mandated by OSHA, DOL, NRC, and other federal and state agencies. 7. Discuss information to integrate and address work environment, personal health history, and workforce risk factors to provide programs with seamless solutions for wellness and worker safety.  Experience and best practices associated with specific programs such as respirator fit-testing and training; hearing conservation audiograms, training, and fitting of hearing protective device; and conduct of ergonomic evaluations should be delineated.  Describe the best model or practices for marketing and communicating the occupational health and wellness program services 8. Discuss your perspective on how the CDC should structure its fitness management strategy, goals, and objectives as part of the overall solution for managing health and wellness risks. Discuss experiences with programs built on a business model that targets individual wellness plus workforce-wide risk factors which resulted in reduced costs and improved worker productivity. 9. The CDC has a very aggressive deployer readiness program and would like to know current best practices and procedures. State the qualifications and type of personnel for a successful well-designed deployment preparedness and readiness program. 10. Discuss specific experiences, capabilities, and past performance technical evaluation criteria the CDC should consider including in the acquisition process. Submission Instructions: Responses to this RFI may be emailed to SMack@cdc.gov on or before 2:00 p.m., local time, Atlanta, GA, Friday, 14 November 2008. Please be advised that large transmitted files (over 5 megabytes) may affect the timeliness of your response. In this regard, please limit your electronic document to Microsoft Word with a page size 8.5 by 11 inches. Font shall be Times New Roman, Size 11-12 with no less than single spacing between the lines. Response shall be limited to fifteen (15) pages. All transmitted information marked proprietary shall be treated as such. Therefore, businesses should identify any proprietary information in their RFI response. Proprietary materials will neither be distributed, nor discussed with any other organization. Information submitted in response to this RFI will be used at the discretion of the Government. The information submitted will remain confidential, as permitted by law, including the Freedom of Information and Privacy Acts. The CDC does reserve the right to utilize any non-proprietary technical information in the anticipated SOW and/or solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7fcaaa26d976279a6da91699a8ed9da3&tab=core&_cview=1)
 
Place of Performance
Address: Atlanta, Georgia, 30329, United States
Zip Code: 30329
 
Record
SN01689867-W 20081010/081008215129-7fcaaa26d976279a6da91699a8ed9da3 (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.