Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
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
 
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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.