Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2018 FBO #6043
SOURCES SOUGHT

R -- Criminal Investigative Medical Services

Notice Date
6/8/2018
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:PR:P), IRS, 1111 Constitution Ave, NW, C7-NCFB, Washington, District of Columbia, 20024, United States
 
ZIP Code
20024
 
Solicitation Number
CIMedical-RFI
 
Archive Date
6/30/2018
 
Point of Contact
Rita Baker, Phone: 2406137376, Rita C. Baker, Phone: 240-613-8017
 
E-Mail Address
rita.baker@irs.gov, rita.baker@irs.gov
(rita.baker@irs.gov, rita.baker@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) Criminal Investigator's Medical Clearance Program INTRODUCTION: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the IRS is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. The purpose of this RFI is to gather market research, confirm the Independent Government Cost Estimate (IGCE), implementation timeline, and available venders. BACKGROUND: The IRS-Criminal Investigation (CI) is seeking a medical contractor to provide medical services for applicant and incumbent special agents ("incumbents") across the United States and Puerto Rico. The Contractor will be required to evaluate applicants and student trainees to determine if they meet the medical qualifications for the special agent position. The Contractor will also conduct mandatory annual medical screenings of incumbents to determine if they meet the medical qualifications for the special agent position, can safely carry out law enforcement duties, and participate in the physical fitness program (PFP). The Contractor shall provide a Medical Review Officer (MRO) to provide medical expertise in evaluating an incumbent's condition(s) that may require fitness for duty examinations and/or Independent Medical Evaluations (IME) to determine if the condition precludes safe performance of law enforcement duties, including when returning to duty from an injury or illness or when a medication, medical, or psychological condition is reported that may pose a safety risk. The Contractor will ensure incumbents and applicants receive the appropriate tests necessary to make medical determinations and report clearance results as required. The Contractor shall provide the necessary facilities, staff, materials and equipment to administer an all-inclusive medical screening program, assist IRS-CI with the development of new policies and programs, and continue current policies and programs. The Contractor may sub-contract medical specialists as needed. The Contractor will work with CI personnel to update forms and reports as needed to reflect changes in CI policies. RESOURCE REQUIREMENTS: The Contractor shall be required to demonstrate the following evidence of experience and resources: Medical Resources (a) Existing, fully operational organization of full-time, part-time, and/or contract physicians in all screening locations. (b) Each physician should have laboratory facilities conveniently located within or near their medical facility and shall have access to providers in audiometric testing and ophthalmology. (c) The Contractor must be able to perform all phases of the screening in one day at a facility located in close proximity (50-mile radius) of an IRS office. (d) The Contractor shall ensure all clinics provide quality care and are knowledgeable and capable of performing the full scope of the IRS-CI medical screening accurately. The clinic personnel are expected to be proficient at performing the services requested and act in a professional manner. The clinics are expected to have a sanitary environment. The Contractor should avoid using clinics that provide walk-in services only. Clinics should be located in safe areas. (e) The Contractor shall have sufficient full-time medical staff to supervise and audit the physicians and clinics and establish a system for quality control. This staff shall include, at a minimum, physicians that are Board Certified in Internal Medicine and/or Occupational Medicine with the ability to exercise perceptive judgment when applying agency medical standards. Central Administration and Records (a) The Contractor shall use technology consistent with Internal Revenue Manual (IRM) 10.5 to store electronic charts/files. (b) The Contractor shall have operating procedures that allow for effective communication between the screening physicians, the Contractor's staff, and the CI Medical Program Manager in a sensitive and confidential manner. (c) Appropriate agency personnel shall have access to the Contractor's tracking database as delineated by the CI Medical Program Manager. (d) The Contractor shall have a hierarchical database with password protection for agency personnel to enter requests for applicant exams. The Contractor agrees not to breach the confidential nature of the medical records generated under this contract. Medical Review Officer and Key Personnel (a) The Contractor shall ensure that a Board-Certified Internist, or a Physician, Board Certified in Emergency Medicine or Occupational Medicine, with knowledge of IRS-CI federal law enforcement medical requirements, reviews each case. (b) The Contractor shall ensure qualification standard consistency and program compliance through internal standard operating procedures. (c) All other personnel must have knowledge and experience in occupational medicine and the processes for a medical clearance program. OTHER REQUIREMENTS: General Examinations/Screening Process (a) The Contractor will track examination appointments via a password protected secure website through which designated personnel will be able to track examinations, screening progression, and medical clearance status. (b) The Contractor will send out incumbent screening packets, screening results, pre-placement medical information, and other relevant IRS-CI medical information utilizing the established IRS UPS account. The Contractor will be provided with an account number and will include relevant information in the reference field as an identifier. (c) The Contractor shall comply with Internal Revenue Manual 10.5 regarding Privacy, Information Protection & Data Security (PIPDS) located at http://www.irs.gov/irm/. (d) All mail to incumbents or applicants containing Personally Identifiable Information (PII) (i.e., social security numbers, DOB, etc.) must be double packaged. Double packaged is defined as information sealed within an envelope and then placed in the UPS carrier package. (e) Screening physicians shall perform all phases of the examination in one day, unless otherwise medically required. The Contractor shall update clearance information via the password protected secure website within seven (7) workdays from completion of the examination/screening. EXAMINATIONS/SCREENING REQUIREMENTS: IRS EXAM PROTOCOL APPLICANT EXAM ANNUAL SCREENING EXAM FITNESS FOR DUTY EXAM HEALTH HISTORY QUESTIONNAIRE Y Y Y PHYSICAL EXAM Y MI Y BLOOD PRESSURE Y Y Y HEIGHT & WEIGHT Y Y Y HEARING HISTORY Y Y MI AUDIOGRAM Y Optional MI If elected - MRO reviews results consistent with OSHA Hearing Standard and OPM Medical standards (see 4.8) RESTING EKG Y Every 5 years beginning at age 40 MI EXERCISE EKG (Stress Test) MI MI MI SPIROMETRY Y N MI VISION Y N MI DISTANT - uncorrected and corrected Y N MI NEAR - uncorrected and corrected Y N MI DEPTH PERCEPTION - seconds of arc Y N MI COLOR - Ishihara Y N MI PERIPHERAL Y N MI LIPID PANEL & GLUCOSE Y Y MI BLOOD LEAD & ZINC PROTOPORPHYRIN (ZPP) Y Y MI BLOOD CHEMISTRY W/LIPIDS Y MI MI THYROID PANEL MI MI MI COMPLETE BLOOD COUNT WITH DIFFERENTIAL (CBC W/D) Y MI MI ROUTINE URINALYSIS Y N MI PURIFIED PROTEIN DERIVATIVE (PPD) (Tuberculosis Skin Test Screening) Y N MI MEDICAL REVIEW OFFICER (MRO) REVIEW AND FINDINGS Y Y Y LEGEND: Y = YES, N = NO, MI = MEDICALLY INDICATED DELIVERY PERIOD: April 1, 2019 - March 31, 2024 RESPONSES: Responses to this RFI are due by 5:00 PM Eastern Standard Time, on June 14, 2018 and should be emailed to Rita Baker, Contract Specialist, at Rita.Baker@irs.gov with "RFI Response for CI Medical" in the subject line. Please complete and return the following Attachments electronically. ● Attachment 1: QUESTIONNAIRE ○ Provide answers to the questions contained within this template and return. All pages must be combined as one attachment. Additional space can be created between questions, there are no page limits. POINT OF CONTACT FOR QUESTIONS AND SUBMISSIONS: Questions regarding this RFI shall be submitted in writing by e-mail to the Contract Specialist, Rita Baker at Rita.Baker@irs.gov with "RFI Questions for CI Medical" in the subject line. INDUSTRY DISCUSSIONS IRS representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. Meetings may be held in-person or via teleconference. SUMMARY THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide medical services across the United States and Puerto Rico. The information provided in the RFI is subject to change and is not binding on the Government. The IRS has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Any document submitted in response to this RFI that contains confidential information must be marked on the outside as containing confidential information. Each page upon which confidential information appears must be marked as containing confidential information. The confidential information must be clearly identifiable to the reader wherever it appears. All other information will not be treated as confidential. All information marked confidential in RFI responses is only for the government's planning use. Otherwise, no information marked confidential included in this document or in conversations connected to it may be disclosed to any other party outside of the government. Attachment 1: Criminal Investigator's Medical Clearance QUESTIONNAIRE 1. GENERAL COMPANY INFORMATION a) Company Name: b) Designated Point of Contact Information i. Name: ii. Email Address: iii. Phone Number: iv. Mailing Address: c) Provide the primary North American Industry Classification System (NAICS) code that your company utilizes for these types of products and/or services. If multiple NAICS for different services, please list. d) Business type (large business, small business, etc.) based upon the North American Industry Classification System (NAICS) code(s) indicated in question above. Please refer to Federal Acquisition Regulation (FAR) Section 19 for additional information on Small Business Size Standards. e) Identify any other government contract vehicle for similar products/services in which your company has held an award. f) Has your company provided these types of medical services for a government agency in the past? If so, please provide the agency and a description of the solutions provided. 2. REQUIREMENTS a) Would your company be able to supply ALL of the services included in the RFI? i. If not, what would be some of the restrictions or issues to supplying all of the services? ii. Could you provide a portion of this requirement? Which part could you provide? b) How feasible is this requirement? c) Would your company be interested in submitting a proposal for this requirement? i. If not, what would make your company more interested in proposing? ii. If so, how would you structure the requirement to be most efficient? 3. PRICING AND ASSOCIATE COSTS: a) Provide a general overall price range for these services and/or supplies based on your offering. b) What are the main cost drivers, or the biggest expenses for providing these types of services and/or supplies? c) What are your commercial pricing methodology structures for similar services and/or supplies (fixed price, cost-reimbursement, etc.)? What type of pricing structure would you recommend for these requirements? d) Would you structure this as a supply or service contract? Please explain. 4. PROPOSED SCOPE: a) Does your company have any feedback on the potential scope found in the RFI? Please provide a response of any concerns as well as any proposed changes to the scope. b) Describe in general how these requirements are accomplished in commercial practice. c) Describe in general the processes involved in executing these types of requirements. d) Describe in general the facility, personnel, systems, and other requirements based on the estimated volumes and requirements provided in this RFI. e) Are there any significant efficiencies or cost economies that have not been addressed? 5. CONTRACTOR-OWNED INVENTORY: a) Is your company able to provide or partner with another company to provide these services? Explain your approach to establishing effective sourcing relationships with suppliers. b) How could your company ensure competition and fair prices? c) Do you see any issues with adding or removing requirements to the list of required services during period of performance? 9. GENERAL FEEDBACK Does your company have any other general feedback about these requirements? a) Any suggestions on how to develop an approach to fulfilling these requirements?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/CIMedical-RFI/listing.html)
 
Place of Performance
Address: Services are performed on a nationwide basis., United States
 
Record
SN04949279-W 20180610/180608230436-f7cfb7a2c6e35291612674f257f40bf1 (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.