SOURCES SOUGHT
Q -- ARNG OCCUPATIONAL HEALTH MEDICAL SURVEILLANCE SERVICES
- Notice Date
- 5/4/2021 8:00:40 AM
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- W39L USA NG READINESS CENTER ARLINGTON VA 22204-1382 USA
- ZIP Code
- 22204-1382
- Solicitation Number
- W9133L21ARNGOHSVS
- Response Due
- 5/14/2021 7:00:00 AM
- Archive Date
- 05/29/2021
- Point of Contact
- Jonathan R. Lehmann, Darrell K. Stokke
- E-Mail Address
-
jonathan.r.lehmann.mil@mail.mil, darrell.stokke@us.af.mil
(jonathan.r.lehmann.mil@mail.mil, darrell.stokke@us.af.mil)
- Description
- 1. Description The Army National Guard�s (ARNG) is determining capability and seeking comments regarding the attached draft Performance Work Statement (PWS) (see attachment 1). The purpose of this request for information (RFI)/sources sought notice is to provide potential offerors advanced notice of this procurement, gauge interest, and receive any feedback or comments in regards to the PWS. 2.0 Background/ Requirement The Army National Guard (ARNG) in accordance with Department of Defense (DoD) and Office of Personal Management (OPM) require occupational medical examinations to meet the needs of employees to insure job specific medical standards to safely perform work that is arduous, involves a high degree of sensitivity toward the public or sensitive national security concerns or puts employees at risk of hazardous exposure while essential job duties. These exams are required to meet compliance with the DoD 6055.05-M Occupational Medical Examinations and Surveillance Manual and the DoD Medical Matrix Online.� The ARNG formerly had an inter-agency agreement with Health and Human Services (HHS), Federal Occupational Health Services (FOH) to provide mandated occupational health exams for ARNG the federal technicians. In October 2019, these FOH services were abruptly ended with a discontinuation of all FOH support to non-HHS agencies. Since that time, the ARNG has been without any internal or contracted support to insure full compliance with all regulatory and statutory requirements related to provision of occupational health medical exams for its federal technician workforce. The ARNG does not have the internal assets of personnel or services for provision of such medical examinations and is in of contracted services to support this requirement.� (Individual States have developed local State contracts to fill this void, but there remains a �bridge gap of services� for States to obtain required statutory exams where there is No State Occupational Health Program Manager (OHPM) or current State contract for medical surveillance services.) The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform Occupational Health Medical Surveillance Exam Services, as defined in this PWS. The contractor shall provide access to occupational health services across the 54 States and Territories capable of providing occupational health medical exams for the federal technician workforce of the Army National Guard (ARNG). Annual workload of exams is expected to be between 1,500-2,000 exams. 3.0 Requested Information�������������������������������������������������������������������������������� ��������������������������� Interested parties are requested to respond to this RFI with a white paper and responses to the five questions in section 6.0. 4.0 Responses White papers in Microsoft Word for Office 2000 compatible format are due no later 7 May, 2021 1300 hrs EDT.� Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned. All responses should be submitted electronically using PDF, HTML, MSWord or PowerPoint formats. Responses shall not exceed 10 pages excluding cover page, 8 1/2"" X 11"", font size not smaller than 10. ONLY written responses will be accepted. Total e-mail file limit size is restricted to 15MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as ""Message #x of #x"" Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Responses to this RFI should include a cover letter with the following information at a minimum: ����������� Company's Name ����������� Company's DUNS Number ����������� Company Point of Contact, mailing address, telephone and fax numbers, and website address ����������� Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify Sources Sought responses with government representative ����������� Business Size and Size Standard/Classification as validated via the System for Award Management (SAM). All respondents must be registered on SAM located at www.sam.gov ����������� Multiple Award Schedule (MAS)s the services and/or products offered on (GSA, NIH, etc.) and schedule information (Schedule #, Contract #, Period of Performance) Submit your responses by e-mail to the Contract Specialist at carrie.g.burton.civ@mail.mil. Questions regarding this announcement shall be submitted in writing by e-mail to carrie.g.burton.civ@mail.mil.� Verbal questions will NOT be accepted.� Questions should NOT contain proprietary or classified information. 5.0 Industry Discussions ARNGB representatives may or may not choose to meet with potential responders.� Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions ARNGB requests a response to the following questions: 1. Do you believe the draft PWS is sufficiently clear to allow for a concise proposal response to be developed to achieving the objectives?� Please explain. 2. Are there sections that would benefit and require additional clarification(s)? If so, please identify each of the areas. 3. Please recommend any special qualifications, certifications, and/or educational requirements, if any. 4. The business type is based upon North American Industry Classification System (NAICS) code 621999 � All Other Miscellaneous Ambulatory Health Care Services.� Is this NAICS acceptable?� If not, which NAICS do you recommend? 5. Are the estimated workload data figures and performance standards in the PWS acceptable?� Please explain/ advise. 7.0 Additional Information The Period of Performance shall be one Base Year of 12 months and four 12-month option years. The Government anticipates the contract base year to start within the first quarter of fiscal year 2022. Security Requirements: N/A 8.0 Summary 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 Army National Guard is not at this time seeking proposals 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.� Potential responders are solely responsible for monitoring this site for additional information pertaining to this requirement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f310aa66f3b948ad86398f4dd3a39a11/view)
- Record
- SN05991393-F 20210506/210504230117 (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 |