Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
MODIFICATION

Q -- WIARNG AGR & Technician Annual Medical Surveillance

Notice Date
11/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-10-T-0003
 
Response Due
11/16/2009
 
Archive Date
1/15/2010
 
Point of Contact
Lisa Braund, 608-427-7274
 
E-Mail Address
USPFO for Wisconsin
(lisa.braund@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 Wisconsin Army National Guard is seeking a small business to provide all management, labor, material, equipment, certifications and supplies necessary to provide all listed services in a HIPAA, Privacy Act, OSHA & ADA compliant laboratory. The NAICS Code is 621111 and the size standard is $10.0 million. This requirement is set aside 100% for Small Business. SPECIFICATIONS/STATEMENT OF WORK 1. PURPOSE 1-1. The purpose of the Wisconsin Army National Guard (WIARNG) Mobile Occupational Medical Surveillance Examination Program is to provide job-related medical surveillance examinations to approximately 250 WIARNG full-time support (FTS), both civilian federal technician and Active Guard/Reserve (AGR), who are potentially exposed to health hazards in the work environment. This statement of work does not cover State employees, emergency hires, or civilian contractors. The number of projected employees to be tested may change due to military deployments. The contractor will only charge per test and set up for quantity of services rendered. The contractor will provide all labor, tools, supervision and supplies to conduct mobile medical surveillance for the WIARNG. 1-2. To conduct medical surveillance examinations at five (5) WIARNG work-sites/locations listed below: a. Maneuver Area Training Equipment Site (MATES), Ft. McCoy, WI b. Combined Support Maintenance Shop (CSMS), Camp Douglas, WI c. Army Aviation Support Facility (AASF) #2, Madison, WI d. Army Aviation Support Facility (AASF) #1, West Bend, WI e. Field Maintenance Shop (FMS) # 6, Kenosha, WI 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. 2. REQUIREMENTS 2-1 Quality Control/Assurance measures consist of checks and rechecks to ensure the right employee receives the right examinations. A master roster of employees to be tested will be provided to the contractor. This master roster lists each individual employee by name and SSN and defines the examinations required for that person. As a second quality control/assurance measure, all test results will be organized and mailed, forwarded directly to the Occupational Health Nurse (OHN) by the vendor (2 hard copies, downloads or email) will be checked for completeness and accuracy against the master roster. Address and phone number for the OHN: Angela K. Joseph-Gaffke, RN, COHN-S 2400 Wright Street Madison, WI 53704 Phone (608) 242-3342 or 1-800-335-5147 ext. 3342 E-mail angela.josephgaffke@us.army.mil 2-2. GOVERNMENT-FURNISHED PROPERTY/SERVICES: The WIARNG will provide statements of work describing examinations required, their prerequisite criteria for standards, and the master employee roster listing examinations authorized/required. 2-3. CONTRACTOR-FURNISHED ITEMS: The contractor will furnish all items necessary to meet the requirements of this contract. Vendors should have some mobile equipment capability to provide required occupational health surveillance services for up to a minimum of 30 physicals daily. Medical Van must be able to hook up to a 110 electric line. Vendors will provide documented proof of current required technician certification/license and equipment calibration with their proposal. Contractor will administratively separate results: 1 copy to be sent to employee individually, 1 copy to be filed and documented in employee Occupational Health Medical Record. 2-4. Audiograms MUST include an electronic download from contractor to our Defense Occupational and Environmental Readiness System-Hearing Conservation (DOEHRS-HC) system and otoscopic examination. Hearing Conservation training will be provided during testing. Rosters of who was trained will be provided to OHN. 3. PERFORMANCE PERIOD 3-1. Medical surveillance testing to be completed during the timeframe of March - April 2010, NLT 3 April 2010 at 5 locations as indicated. 3-2. Testing schedule will be coordinated through the Occupational Health Nurse. Contractor will be staffed to provide continuous exam operations during duty day hours 0700 to 1600 hours. Meal and break times will not disrupt services. Set up for the exams will be accomplished prior to the exams. Contractor will develop a schedule for the medical surveillance. 3-3. Initial Coordination: Contractor will contact and schedule an initial pre-performance phone call with the WIARNG 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 WIARNG. 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. Title 29, Code of Federal Regulations, Part 1910: Occupational Safety and Health Standards. 4-4. Title 29, Code of Federal Regulations, Part 1960: Safety and Health Provisions for Federal Employees. 4-5. American National Standards Institute (ANSI) Z88.2-1992, American National Standard for Respiratory Protection, Respirator Use, Physical Qualifications for Personnel. 4-6. Threshold Limit Values and Biological Exposure Indices (TLVs) for 1996-1997, American Conference of Governmental Industrial Hygienists (ACGIH), Cincinnati, Ohio. 4-7. 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 250 WIARNG personnel at five (5) WIARNG 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. SPECIFIC TASKS: The following tests/examinations may be required and must meet the criteria specified: 6-1. Chest X-rays will be performed by a certified X-ray technician and will meet the following criteria: a. Be a posterior-anterior view on 14 x 17-inch film. b. If performed for asbestos exposure, interpretation and classification will be performed by a B-reader, board eligible or certified radiologist meeting the requirements of 29 CFR 1910.1001. 6-2. Dermatological examinations: must be performed by a physician and include an inspection of the entire integumentary system with emphasis on areas most likely to be affected by the employee's occupational exposures. Documentation will include the presence of any dermatoses or lesions of the skin. Dermatological referrals will only be to certified dermatologists or Occupational Health physicians. Prior coordination with this office is required before referrals are made. 6-3. Laboratory tests will be processed by certified clinical laboratories and performed by personnel certified under the American Society of Clinical Pathology. The supporting laboratory will provide, at no additional cost, employee instruction and equipment necessary for tests requiring special collection methods and/or containers (i.e., 24 hour urine collection, fasting, etc.). Tests may include any or all of the following: a. Bilirubin, total. b. Blood urea nitrogen (BUN). c. Complete Blood Count (CBC) including partial differential and blood platelet counts (actual). d. Creatinine, serum. e. Eosinophil count. f. Hemoglobin and hematocrit. g. Peripheral smear morphology. h. Red cell indices. i. Reticulocyte count. j. Triglycerides, Total Cholesterol to include HDL and LDL. k. Urinalysis (UA), screening and microscopic. l. Alkaline phosphatase (Alk PO4), Gamma Glutamyl Transpeptidase (GGTP), Serum Glutamic Oxalacetic Transaminase (SGOT), and Serum Glutamic Pyruvic Transaminase (SGPT) either individually or as part of a Liver Profile. m. Zinc Protoporphyrin (ZPP) and Serum Lead must be processed by a laboratory meeting standards set forth in 29 CFR 1910.1025. n. Heavy Metals to include chromium and cadmium (blood levels). Note: Other labs may be required based on exposure, i.e. chromium, copper, etc. Designated lab area will be cleaned and no specimens left. o. PSA only on individuals requesting the testing. 6-4. Pulmonary Function Tests will meet the following criteria: a. Performed by a licensed physician, Certified Pulmonary Function Technologist, or Registered Respiratory Therapist in accordance with 29 CFR 1910.1001. Reports will include respirator use clearance. b. Test will include as a minimum Forced Expiratory Volume in one second (FEV1), Forced Vital Capacity (FVC), FEV1/FVC ratio, comparison with recognized normal results (Knudson) for the individual's height and weight, and a documented interpretation by a pulmonologist or certified Occupational Health physician. c. Specifications regarding equipment guidelines and calibration test administration, and test interpretation must meet applicable OSHA and ANSI standards. Supporting documentation will be provided to this office upon request. 6-5. Quantitative Fit Testing the employee must be fit tested with the same make, model, style, and size of respirator that will be used. Fit testing will be done in accordance with 29 CFR 1910.134. 6-6. Vision screening will detect the possible need for visual correction. Parameters surveyed will include far and near visual acuity, both eyes, left eye, right eye, stereo depth, vertical phoria, lateral phoria, color vision, and peripheral vision. 6-7. Audiogram will include a record of the threshold of audibility of each ear for pure tone test frequencies 500, 1000, 2000, 3000, 4000, and 6000 Hertz. Download of electronic database in the Defense Occupational and Environmental Readiness System-Hearing Conservation (DOEHRS-HC) will also be required. Hearing Conservation training will be provided during testing. Significant Threshold Shifts and any OSHA recordable or reportable hearing loss will be documented by roster and provided to the OHN. 6-8. Vital Statistics to include blood pressure, pulse, height and weight. 6-9. Physical Examination by a physician, physician assistant, or nurse practitioner with appropriate qualifications, training, licensing, and experience in occupational health. No chiropractors. Provide Department of Transportation (DOT) certification/clearance for truck drivers. 6-10. Abnormal Clinical Findings. Any abnormal clinical findings on specimens that indicate the possibility of a present danger to the employee will be confirmed by repeat analysis on that specimen at no additional charge. Confirmed results will be reported immediately to the OHN, Angie Joseph-Gaffke, RN at 1-800-335-5147 ext. 3342. If abnormal findings are due to vendor error, e.g. artifacts on chest x-rays, test will be repeated at no addition charge. 6-11. Employees will be verbally counseled on examination/test results. 6-12. Complete written reports/results will be administratively organized, put in envelopes as directed and forwarded to the Occupational Health Office address below (2 hard copies, downloads or e-mail) within fifteen working days. Under no circumstances will written results be given to the employee's supervisor in accordance with The Privacy Act of 1974. Also, electronic version of clearances, heavy metal and respirator will be added as well. ATTN: Angela K. Joseph-Gaffke, RN (WIAR-SA-RN) Wisconsin Army National Guard 2400 Wright Street Madison, WI 53704 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. For proposal pricing, break down costs to the Wisconsin Army National Guard according to format from Attachment 1 Medical Surveillance Program Requirements spreadsheet, then include separate prices for onsite fees for MDs, Phlebotomists, Technicians, the Mobile Test Center, Admin Distribution of test results/DOEHRS-HC: 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, procedures and standards as detailed herein. 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. 4) Contractors ability to include an electronic download to WIARNG Defense Occupational and Environmental Readiness System-Hearing Conservation (DOEHRS-HC) system. 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 Commercial items, applies to this acquisition. Offerors shall include a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial 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 via email to the USPFO for Wisconsin, ATTN SSG Lisa Braund, Purchasing and Contracting, lisa.braund@us.army.mil, no later than 4:00 p.m., Central Standard Time, November 16, 2009. Contractors are required to be registered in the Central Contractor Registration (CCR) database. If you have any questions, please contact SSG Lisa Braund in writing via email: lisa.braund@us.army.mil prior to 4:00 p.m. Central Standard Time, November 6, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-10-T-0003/listing.html)
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
Zip Code: 54618-5002
 
Record
SN02001556-W 20091112/091110235349-1971465d0745ba6150145614b230c027 (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.