Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2024 SAM #8109
SOURCES SOUGHT

Q -- Sources Sought � Centers for Disease Control and Prevention / National Institute of Occupational Safety and Health / Coal Worker�s Health Surveillance Program � Place of Performance Varies

Notice Date
2/7/2024 5:12:09 AM
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
SS-CDC-75D301-2024
 
Response Due
2/13/2024 12:30:00 PM
 
Archive Date
02/28/2024
 
Point of Contact
Serina Allingham, Phone: 17704484602
 
E-Mail Address
xog9@cdc.gov
(xog9@cdc.gov)
 
Description
The Centers for Disease Control and Prevention (CDC) Office of Acquisitions Services (OAS) is issuing this Source Sought / Request for Information (RFI) on behalf of the National Institute of Occupational Safety and Health (NIOSH) Coal Worker�s Health Surveillance Program (CWHSP). DISCLAIMER: The intent of this notice is to conduct market research to identify potential sources capable of providing the services identified in this announcement for informational and planning purposes only. This is not a Request for Proposal (RFP). It does not constitute a solicitation and shall not be construed as a commitment by the U.S. Government (USG) to issue an RFP in the future. Responses in any form are not offers and the USG is under no obligation to award a contract as a result of this announcement. The USG will not pay for or reimburse vendors for any information received or costs incurred in preparing a response to this market survey. Therefore, any costs associated with a submission are solely at the interested vendor�s expense. The USG is not liable for costs associated with this announcement. Any information submitted by a respondent to this sources sought/RFI is strictly voluntary. The USG will not respond to questions or requests for clarification to this announcement. Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research. PROGRAM BACKGROUND: The CWHSP was initially established in 1970 by the Federal Coal Mine Health and Safety Act of 1969. In accordance with the Mine Safety and Health Administration�s recently published rule on respirable coal mine dust exposure, the CWHSP provides U.S. coal miners with the opportunity to undergo health screening for respiratory disease with respiratory symptom questionnaires, chest radiography, and spirometry (a type of lung function test) at first entry into coal mining and at intervals thereafter throughout their coal mining careers. Medical facilities must be approved by NIOSH for participation in CWHSP before they can provide services to coal miners under the program. ACQUSITION OBJECTIVE: The primary objective of the CWHSP is to screen miners for coal workers� pneumoconiosis (CWP). The USG requires B Reader services, certified physicians in the International Labour Office (ILO) Classification system, to provide classifications of chest radiographic images of coal mine workers participating in health surveillance due to jobs involving exposure to mineral dusts, such as coal mine dust, for subtle signs of pneumoconiosis and other diseases for the CWHSP. B Reader services are required in order to provide classifications of chest radiographs taken for all components of the CWHSP (includes Enhanced, Expanded, and Special Studies). The B Reader will review images from their residence or clinic utilizing Government Furnished Property, such as a desktop computer with a standard display monitor, cables, keyboard, mouse, and Government-issued Personal Identity Verification (PIV) card. These chest radiographs must be interpreted by physicians/radiologists who are certified by NIOSH as being proficient in the use of the ILO system for classifying radiographs of the pneumoconiosis (B Readers). Classifications for electronic images (analog no longer used) will be submitted by the B Reader electronically using NIOSH�s ILO classification form. Digital radiographs will be loaded by NIOSH in the Picture Archiving Communications System (PACS) for the B Reader to retrieve, classify, and return � all electronically. A B Reader shall classify a not-to-exceed amount of 2,000 radiographs for each contemplated 12-month period of performance. A 2-week turnaround is required for classifications upon assignment to the B Reader. The B Reader will be required to complete CDC annual training to obtain and maintain access to the CDC network. The B Reader will be required to obtain a PIV and travel periodically to the nearest Department of Health and Humans Services/CDC PIV location for PIV card renewal prior to its expiration, which is anticipated to occur every 2 years. The required place of performance is the B Reader�s residence or clinic. APPLICABLE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS): 621111 APPLICABLE PRODUCT & SERVICE (PSC) CODE: Q522 REQUIRED CAPABILITIES: Must be a NIOSH-certified B Reader. B Readers are physicians/radiologists who are certified by NIOSH as being proficient in the use of the ILO system for classifying radiographs of the pneumoconiosis, � be willing to participate as a B Reader for the CWHSP, have passed each section on the most recent B Reader Exam with a score greater than or equal to 75% of the maximum score of the section. be active in reading at least 50 x-rays per month as indicated on the CDC/NIOSH 2.12(M) � Physcian Application for Certification Form, have an inconsistency index score on the most recent B Reader Exam of 20 or above, have Board certification in radiology (RA), pulmonary (PU), or occupational medicine (OM), and hold an academic appointment. CONTEMPLATED TYPE OF CONTRACT: A Firm-Fixed-Price (FFP) -type contract is contemplated for all services, to include travel. CONTEMPLATED PERIOD OF PERFORMANCE: 12-month base period, plus four 12-month option periods beginning in July 2024. PRICING: The USG sets the pricing for the required services described in this announcement. The USG contemplates a set FFP of $27,500 for the classification of radiographs in an amount not-to-exceed 2,000 radiographs per 12-month period of performance. Travel for PIV card renewal will be on a FFP basis. SUBMISSION DETAILS: The USG requests that interested parties submit a brief description of your company and your ability to meet the required qualifications identified above, as well as your company�s ability to to meet the potential requirements as described in this announcement. Providing a response to this Sources Sought /RFI neither qualifies respondents for, nor excludes respondents from, responding to any resulting Request for Proposal (RFP), if any. Interested sources should furnish the following information: Name and address of company, with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Any interested company must be registered with Central Contractor Registration (CCR). Company Point of Contact Name, Department, phone number, and email address. Address whether your company is a small business under the applicable NAICS code, including small business type(s)/certification(s) applicable to the NAICS code of this announcement. � Identify whether your company is interested in this requirement as a prime or subcontractor. Address whether your company meets the required capabilities identified in the above section titled �REQUIRED CAPABILITIES.� Please individually address each capability and provide written verification of how your company meets the capability. Identify past and current services your company offers that match the required capabilities and requirements of this announcement. Address whether your company is willing to provide the services at a Government established FFP of $27,500 for the classification of a not-to-exceed amount of 2,000 radiographs per 12-month period of performance. If not, please include a Rough Order Magnitude (ROM) price for the services described in this announcement for informational and planning purposes ONLY. A ROM submittal does not constitute a formal offer or proposal to the USG and shall not be construed as a commitment by the U.S. Government (USG) to issue an RFP or award a contract now or in the future. Please refer to the disclaimer statement at the beginning of this announcement. Address whether your company is willing to meet travel requirements for PIV renewal on a firm-fixed-price basis. Is the requirement outlined considered commercial? Submissions shall not exceed 3 pages. Your response to this Sources Sought/RFI shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email to the Contracting Officer, Serina Allingham, at xog9@cdc.gov no later than 2:30 p.m. Central Standard Time on Tuesday, February 13, 2024. Late responses will not be accepted. No extensions to the due date will be permitted. Reference this Sources Sought/RFI posting in the e-mail subject line and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL OR PERSONALLY IDENTIFIABLE INFORMATION. All data received in response to this Sources Sought/RFI that is marked or designated as corporate or proprietary will be fully protected from any release outside the USG. Since this is a sources sought announcement, no feedback or evaluations will be provided to the respondents.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/566a16e207ee4e36af745531addc84c3/view)
 
Place of Performance
Address: Atlanta, GA 30333, USA
Zip Code: 30333
Country: USA
 
Record
SN06958744-F 20240209/240207230052 (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.