MODIFICATION
Q -- NJ Army National Guard Occupational Health BPA
- Notice Date
- 4/2/2012
- Notice Type
- Modification/Amendment
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, NJ 08640
- ZIP Code
- 08640
- Solicitation Number
- W912KN-11-R-0500
- Response Due
- 4/18/2012
- Archive Date
- 6/17/2012
- Point of Contact
- Lisa T Bethea, 609-562-0221
- E-Mail Address
-
USPFO for New Jersey
(lisa.t.bethea@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The NJ Army National Guard is looking to establish a Blanket Purchase Agreement (BPA) for physical exams services throughout the state of New Jersey in accordance with the SOW attached. Vendor must be able to provide these services below at or near the following ten (10) cities in NJ: Teaneck, Sea Girt, Westfield, Cape May, Lawrenceville, West Trenton, Picatinny Arsenal, Somerset, Vinelenad and Lakehurst. Typical examination may include DOT physical exam, Back assessment, vision, audiogram, pulmonary function test, respirator fit test, chest X-ray, EKG, Lipid panel, PSA, CBC, urinalysis and blood lead, with additional test as required. Bids should reflect each of the respective test panels referenced in the Statement of Work: 1. CLIN 0001 - Test Panel 01 / Lump Sum Price $_____________ 2. CLIN 0002 - Test Panel 02 / Lump Sum Price $_____________ 3. CLIN 0003 - Test Panel 03 / Lump Sum Price $_____________ 4. CLIN 0004 - Test Panel 04 / Lump Sum Price $_____________ 5. CLIN 0005 - Test Panel 05 / Lump Sum Price $_____________ Contractors will be evaluated in ascending order: 1. Past performance a. Sub-factor 1 - Capability and Experience: i. The Submitter should provide, in writing, their experience in Occupational Health. Narrative should be specific and complete and describe the ability to counsel the employees after their examination and when to refer the employee to a physician or other health care provider. ii. Provide current certification to operate the hearing and vision equipment. b. Sub-factor 2 - Management Plan: i. Offer should submit a list of key personnel of staff who will be involved in the administration and oversight of the contract. Include their ability and experience data. As a minimum discuss key personnel categories of Contract Manager and Quality Control Manager. ii. The proposal should address the methodology for determining adequate numbers for staffing. Submitters should clearly demonstrate an ability to perform all tasks required within the proposed Schedule at all locations. 2. Price 3. Location(s)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28/W912KN-11-R-0500/listing.html)
- Place of Performance
- Address: USPFO for New Jersey 3601 Technology Drive, Room 112, Ft Dix NJ
- Zip Code: 08640
- Zip Code: 08640
- Record
- SN02711320-W 20120404/120402234715-9b403596fb8cf8dc8c9a5f0d13dde6df (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 |