Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOLICITATION NOTICE

Q -- Mobile Medical Serveillance Examinations

Notice Date
1/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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
W912J2-12-T-0002
 
Response Due
1/24/2012
 
Archive Date
3/24/2012
 
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 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. 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 last four of the SSN and defines the examinations required for that person and by job code series. As a second quality control/assurance measure all testing and exam results 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 vendor will furnish all items necessary to meet the requirements of this contract. The vendor will establish a schedule by worksite with the given master roster and within 30 days of the scheduled testing. The vendor will have mobile equipment capability to provide required occupational health surveillance services for up to a minimum of 25-30 physicals daily. The vendor will provide their own medical supplies and equipment needed for all testing and exams. The vendor will ensure that the physician will have an exam room with table and supplies available to conduct a thorough functional capacity exam. The Vendor must be certified and be capable to conduct audiograms and use the Department of Defense DOEHRS-HC database, to include exporting, importing and uploads. The vendor's 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. The vendor will notify the OHN immediately for any serious or life threatening medical abnormality. The Vendor will provide a minimum of a LPN or RN when the results are ready for charting and filing into the medical record at the Occupational Health Office, Department of Military Affairs, Madison, WI. This nurse will assist in analyzing and documentation of the results, filing into the technician medical records, adding to the technician and case management database and administratively separating results and sending a copy of results to the technician by mail with notes for any follow up or required case management to the OHN. 2-4. The Vendor must be certified and be capable to conduct audiograms and use the Department of Defense DOEHRS-HC database, to include exporting, importing and uploads. Audiograms MUST include an electronic download from contractor to our Defense Occupational and Environmental Readiness System-Hearing Conservation (DOEHRS-HC) system and include a thorough otoscopic examination. 2-5. The Vendor will be able to conduct quantitative Respiratory Fit Testing for 3M full face and half face respirators and provide a spreadsheet of respiratory clearances to the OHN. 3. PERFORMANCE PERIOD 3-1. Medical surveillance testing to be completed during the timeframe of March - April 2012, at 5 locations as indicated. **All scheduling will be completed within 30 days of scheduling to allow for small adjustments for employee traveling to schools and deployments. ** All notifications of any abnormal results will be immediate. **Notifications of any hearing Significant Threshold Shifts and or OSHA reportable hearing loss will be done within 15 days of results to be in compliance with given regulations. **All results will be completed and sent to the OHN no later than 30 days following the medical testing date along with the assigned nurse scheduled to assist with medical documentation at the Occupational Health Office. 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 and have it completed for the OHN and employees 30 days prior to the scheduled testing. 3-3. Initial Coordination: Contractor will contact and schedule an initial pre-performance phone call with the WIARNG within five (5) working days after the award of the contract for the purpose of discussing the details of the specifications and implementation of services. Medical histories, questionnaires will be mailed directly to the employee or their work facility prior to testing. **For employees that will be scheduled for mid to late afternoon appointments, a blood draw station will be available from 0730-0900 hrs at each location for early draws. This entails only the blood draw; the employee will have to return at the regularly scheduled time to complete the rest of the tests. The early blood draw program are for those who cannot wait to eat at a later time, however, it is up to the supervisor to approve for the employee to have an early blood draw and return to complete the medical tests, but ALL tests must be completed. 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 **The Vendor will be familiar with all given references and ensure that all employees are tested to be compliant within the given references. 4-1. 29 CFR 1910: Occupational Safety & Health Standards 4-2. 29 CFR 1960: Program Elements for Federal Employee Occupational Safety & Health Programs 4-3. Department of Defense (DoD) 6055.05-M: Occupational Medical Examinations and Surveillance Manual, change 16 Sep 2008 4-4. DoD 6055.12: Hearing Conservation Program (HCP), 3 Dec 2010 4-5. AR 40-501: Army Standards of Medical Fitness, change 23 August 2010 4-6. DA PAM 40-501: The Army Hearing Conservation Program, 10 Dec 1998 4-7. DA Pam 40-506: The Army Vision Conservation and Readiness Program, 15 Jul 2009 4-8. Technical Guide (TG)-006: Vision and Safety eyewear Guide for U.S. Army Civilian & Military Job Series, Oct. 2010 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. 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. Head to toe functional capacity exam on designated employees, to include weight lifting, range of motion and identifying any physical limitations. 6-2. 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.). Blood draws are to be completed in the morning hours to alleviate fasting hunger during the day. Tests may include any or all of the following: a. Complete Blood Count (CBC) including partial differential and blood platelet counts (actual). b. Chem 20 panel to include lipids c. Urinalysis (UA), screening and microscopic. d. 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. Lead, ZPP, incl peripheral smear, BUN, Creat, UA, H&P. n. Cadmium panel (urine & blood). o. Formaldehyde p. Benzene q. PSA only on individuals requesting the testing. r. Pregnancy testing only on the request of the individual. 6-. 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-. 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-. 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. And Nondestructive Inspection and Testing (NDI) vision screenings per FAA. 6-. 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-. Vital Statistics to include blood pressure, pulse, height and weight. 6-. Physical Examination by a physician only with appropriate qualifications, training, licensing, and experience in occupational health. The physician will verbally counsel patients on findings and wellness education. 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 or Blackberry Cell at 608-852-3099. If abnormal findings are due to vendor error, e.g. artifacts on chest x-rays, test will be repeated at no addition charge. 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 copies). The assigned nurse will be co-located with the OHN to assist with administrative actions of documenting, medical charting, database collection, filing and mailing. Under no circumstances will written results be given to the employee's supervisor in accordance with The Privacy Act of 1974. The following will be provided to the OHN: Excel spreadsheets of results; excel spreadsheets of respirator clearances; excel spreadsheet of heavy metal clearances; excel spreadsheet of abnormal findings per person; excel spreadsheet of hearing results with STS & OSHA reportable/recordable notification; excel spreadsheet of vision results with those that need follow up; excel spreadsheet of any medical limitations from the functional capacity exam. 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 with option years 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. Break down costs to the Wisconsin Army National Guard by Functional Capacity/Physical exam, vitals, audiogram, vision screening, lab tests (list each separately), spirometry and PFT, Respiratory Fit Testing, LPN or RN assistant, Phlebotomists, Technicians, MD review of results, onsite staffing fees, the Mobile Test Center and any related set up fees, Admin Distribution of test results/DOEHRS-HC and any other fees not mentioned. Use the attached Detailed Pricing Sheet to submit pricing. The following factors shall be used to evaluate offers: The best value proposal will be determined by evaluating the contractors offer based on Price, Past Performance, and Technical Capabilities. Technical Capabilities and Past Performance, when combined, are approximately equal in value to cost or price. Please see attachment under Overall Evaluation Criteria. For Past Performance, please list five projects within the last three years, providing similar services. 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, Offers 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 12:00 p.m., Central Standard Time, January 24th, 2012. Contractors are required to be registered in the Central Contractor Registration (CCR) database, and registered with the Wide Area WorkFlow (WAWF) system for invoicing and payments. 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, January 18th 2012. A follow up Questions and Answers Sheet will be posted to this site after all questions are reviewed and answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-12-T-0002/listing.html)
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
Zip Code: 54618-5002
 
Record
SN02652050-W 20120112/120110234748-88e51607863bc3158c70873308fa11a7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.