Occupational Health Physician and Medical Services for the Region of South Atlantic Division (SAD)
Sources Sought notice for provider of Occupational Health Physician and Medical Services This market research and Sources Sought notice is not a solicitation announcement and will not constitute any c... Sources Sought notice for provider of Occupational Health Physician and Medical Services This market research and Sources Sought notice is not a solicitation announcement and will not constitute any commitment by the Government. A market survey is being conducted to gain knowledge of potential qualified small business sources to determine if they can effectively compete for award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base year and four option years with an overall estimated value of $2.0 million. The U. S. Army Corps of Engineers, Mobile District, anticipates future procurement requirements for an established provider of Occupational Health Physician and Medical Services with at least 10 years' experience in the occupational health industry. The company's primary business must provide a wide range of occupational health services to support employers in maintaining a healthy, safe workforce to include deployment, pre-placement, travel health, fitness for duty, medical surveillance, and wellness programs The company must have an on staff board-certified occupational health physician to review work provided by contracted health care providers and serve as consultant for nurses. The company must have credentials and maintain a contracted database of a large number of health care providers at and maintain a locations to serve the South Atlantic Division to include any state of the Continental U.S. and Puerto Rico. Services will be provided to federal employees of participating agencies in accordance with OSHA, DOD, DOT standards, US Army Corps of Engineers regulations, SAD Regional Occupational Health Center (ROHC) protocols and other applicable directives. The South Atlantic Division covers Alabama, Florida, Mississippi, North Carolina, South Carolina, Virginia, Tennessee, Latin America and Puerto Rico. It is the intent for federal employees to commute to local physicians' offices or clinics within a 50 mile distance (unless a further distance is approved) of a Corps District or field office for medical services specified by the government for occupational health examinations or components. There are approximately 194 field locations with employees needing services within the contracted areas. Services to be rendered by the contractor include but not limited to the following: (1) Medical Surveillance deployment, pre-placement, travel health, fitness for duty physical examinations (2) Health Promotion Program (blood pressure, vision, blood/sugar, and cholesterol screening), (3) Physician oversight of the District's Automated External Defibrillator (AED) Program, (4) Telephonic and/or direct medical consultation with an occupational health physician as needed, (5) Physician services for on-site clinics,- Mobile AL, Savannah, GA, and possibly Jacksonville, FL (6) Physician services for oversight of Registered Nurses, and physicians licensed in multiple states for oversight of nurses in disaster response. (7) Management of health care exams with uniform clinic pricing. (8) Clinic provider management to assure services is delivered in a quality and efficient manner. (9) Hearing conservation program oversight by audiologist or physician trained and experienced in industrial hearing conservation. (10) Blood borne Pathogens Post Exposure evaluation and treatment (11) Provide client PHI protected specific portal for scheduling, examination, query, and status reports as well as providing exam results (12) Data resulting from exams, audiograms and laboratory testing must be provided to the ROHC in an electronic format compatible with the ROHCs Occupational Health Software, Medgate. This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor's responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the USACE, Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, HUB Zone Certified Small Business Concerns, Section 8(a) contractors, Service-disabled Veteran-owned Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses and Large Business Concerns. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 621111.The size standard for which is a concern, including its affiliates whose average annual gross revenue does not exceed $10.0 million for the past three fiscal years. Consideration shall be given in response to the following: 1). Limitation of Subcontract - Under Federal Acquisition Regulation (FAR) guidelines [48 CFR 52.219-14(b) (1)], the prime contractor must have the capability to perform at least 50% of the contract work with his/her own employees. Does your firm meet this criterion? Answer: Yes or No. (2) Medical Surveillance Examinations - Discuss how your network of board physicians can provide pre-employment exams on a 24 hr notice anywhere in U. S. and Puerto Rico and provide results within 5 business days of examination. Practitioners in the field clinic locations are required to use a designated testing laboratory under another Corps of Engineers contract associated with physical exams. Describe how your company would assures that the practitioner in the field clinic locations use the COE laboratory contract and not confuse contracted laboratory cost with examination billing which must be invoiced by your system within 30 days of service. (3). Availability of Physicians and Clinics in the Geographical Area - Discuss how your company will provide clinics within 50 miles of each Corps of Engineer field location. This should include: the number of nationwide credentialed and contracted clinics, data base of clinics with who you have association or contractual arrangement, time line for credentialing clinics and the names of occupational health physicians available for onsite working in Savannah GA, Jacksonville FL and Mobile AL. Discuss how you would provide a licensed physician as needed during civil or military disasters to sign standing orders for nurses. Standing Orders and on call physician are normally needed within 2 days of disaster and provide consultation as needed. Provide the name of the board-certified occupational health physician on staff with resume. (4). Electronic Data Capabilities - Discuss how you would provide data to meet the Corps of Engineers software, Medgate, requirements. This should include audiometric data, laboratory testing and digital x-rays. Discuss how you would provide a client specific portal for scheduling, examinations query, examination results, and status reporting. RESPONSE INSTRUCTIONS Responses are requested with the following information: The above requested information shall not exceed a total of ten (10) pages on 8.5" x 11" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than August 12, 2019, 10:00am. CDT. Responses received after this date and time may not be reviewed. Response should be submitted via email to Spenlinda Lake, Contract Specialist, at spenlinda.l.lake@usace.army.mil. In the subject line of your email, state: "Response to Physician Medical Services." No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored. NOTE: This is not a Request for Proposal, only a Request for Information. No award will result from this Notice of Sources Sought.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »