Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2020 SAM #6881
SOURCES SOUGHT

Q -- Occupational Health Services for USACE Detroit District

Notice Date
9/29/2020 10:20:20 AM
 
Notice Type
Sources Sought
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
Detroit Detroit MI 48226
 
ZIP Code
48226
 
Solicitation Number
PANGLR20P0000004567
 
Response Due
10/14/2020 11:00:00 AM
 
Archive Date
10/29/2020
 
Point of Contact
Lisa M. May, LRE-Proposal
 
E-Mail Address
Lisa.M.May@usace.army.mil, LRE-Proposal@usace.army.mil
(Lisa.M.May@usace.army.mil, LRE-Proposal@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE) Detroit District is issuing this Request for Information (RFI) to determine a competitive basis for� Occupational Health Services� for district and area office locations within the USACE Detroit District Area of Responsibility (AOR).� This is not a solicitation.� No reimbursement will be made for any costs associated with providing information in response to this Sources Sought posting.�� This notice is for market research purposes only.� Only contractors capable of performing this type of work should respond to this RFI notice.� The contemplated NAICS code for this action is 621498, All Other Outpatient Care Centers, with a SBA Size Standard of $22 Million in average annual receipts.� Requirement:� USACE Detroit District is seeking firms with the capability to provide occupational health services for employees of the district and area office locations within the USACE Detroit District AOR.� Services are anticipated for employees to commute to physician offices or clinics�within a 50-mile radius of the following locations; Detroit, Michigan� Sault Ste. Marie, Michigan Grand Haven, Michigan Duluth, Minnesota.�� The contractor must provide client specific portal for scheduling, examination query and status reporting. Portal must be�capable of providing exam results (physical, history, x-rays, audiograms, immunizations, etc.), in an electronic format compatible with Microsoft Office software and provide a population health status for the entire district.� The contractor is responsible for the management of clinic providers to assure services are delivered in a quality and efficient manner thru adequate provision of trained personnel, supplies, and equipment.� Standardized clinic pricing for exams and exam components is required.� Below is a general overview of� anticipated services; Physical examinations for medical surveillance, deployments, and�travel health Pre-employent health screenings Pre-placement, return to work assessments Audio/Vision Hearing Conservation Program oversight by audiologist or physician trained and experienced in industrial hearing conservation programs� Respirator medical evaluations and pulmonary function test Telephonic medical consultation with an occupational health physician as needed.� Audio/Vision Exams may include variations of the following: EKG, Chest X-Ray - CXR (2 view with interpretation when indicated), B-Reader for CXR, etc. Blood Chemistry Panel Urinalysis Collection Other Fit for Duty/Occupational Health Exams Other ancillary medical and laboratory testing RFI Response:� USACE Detroit District is issuing this notice to determine a competitive basis and is for market research purposes only.� This is not a solicitation and the information contained herein are subject to change or be eliminated from the requirement.� Only contractors capable of performing this type of work should respond to this RFI request. Responses to this notice is requested by the deadline above in this beta.sam.gov posting.� Please email responses to Lisa.M.May@usace.army.mil and LRE-Proposal@usace.army.mil. In order to indicate your firm's interest, please provide the following:� 1.) Name of your firm: 2.) CAGE Code:� 3.) Point of Contact, Phone Number, and Email Address: 4.) List a minimum of three (3) past performance examples within the last five (5) years of the date of this notice demonstrating your experience as a prime contractor or subcontractor which represents the experience and capability similar to the requirements listed above.� Please include the following for each submission:� (a) Service Contract Name (b) Contract Number (if applicable) (c) Service Years (d) Prime Contractor or Sub-Contractor (e) Dollar Amount(s)� (f) General Description of Services Provided 5.) Please identify if you are a Large or Small Business.� If you are a Small Business and fall into a sub-category (e.g. HUBZone, 8(a), SDVOSB, WOSB, etc.) please identify which sub-category you belong to.� 6.) If this requirement is advertised, do you intend to submit a bid/proposal? 7.) The contemplated NAICS Code is 621498 as described above.� Do you recommend a different NAICS Code for this requirement? 8.) Please provide any additional information as necessary or potential services you recommend to include�based on the general overview of services.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c79632f8250e4b038d25cc70bc2957b4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05814746-F 20201001/200929230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.