Office of Wildland Fire Medical Qualification IDIQ
ID: 140D0424R0071Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

All Other Outpatient Care Centers (621498)

PSC

MEDICAL- EVALUATION/SCREENING (Q403)
Timeline
    Description

    The Department of the Interior (DOI) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract titled "Office of Wildland Fire Medical Qualification IDIQ," aimed at providing medical qualification determination services for approximately 14,000 wildland firefighters and support personnel. The contract will encompass comprehensive medical evaluations, fitness-for-duty assessments, and management of health records, ensuring compliance with federal standards and the safety of personnel engaged in arduous duties. With a maximum contract ceiling of $40 million and a performance period from November 2024 to November 2029, interested contractors must submit their proposals by August 30, 2024. For further inquiries, potential offerors can contact Sarah Ignacio at sarah_ignacio@ibc.doi.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior (DOI) is soliciting proposals for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract with the Office of Wildland Fire for Medical Qualification Services. The contract aims to acquire personnel, medical equipment, and services necessary for conducting fitness-for-duty assessments in compliance with 5 CFR Part 339. Key requirements include decentralized comprehensive medical exams and independent reviews to ensure contractors meet federal standards. Offerors must submit proposals that include a Small Business Participation Plan, as well as pricing details based on a specified Price Schedule. The contract will not obligate funding in advance; instead, individual task orders will specify funding for each service. The maximum contract ceiling is $40 million, with a performance period from November 2024 to November 2029. Proposals will be evaluated based on technical capability, past performance, and small business participation, with price being a less significant factor. The evaluation process emphasizes developing a strong working relationship between the contractor and the government, focusing on professionalism and cooperation. The solicitation also outlines compliance with various federal regulations and requires the submission through the Invoice Processing Platform (IPP) for payments, ensuring transparency and tracking of contract performance.
    The document presented is a compilation of various postal codes from multiple locations, likely associated with requests for proposals (RFPs), federal grants, and state and local RFPs. The structure consists of a large dataset of zip codes, indicating a geographic scope relevant to federal and state funding opportunities. While the file does not provide explicit details about the specific RFPs or grants, the presence of these postal codes serves as a tool for government analysts and organizations seeking funding, allowing for targeted outreach and identification of potential applicants across different regions. This expansive list signals that the document may be part of a broader effort to enhance accessibility to government funding programs, highlighting the government's commitment to regional development and community engagement. The relevance of the zip codes suggests they could play a crucial role in the planning or analysis of grant distribution and resource allocation within the specified locales, ultimately aimed at fostering diverse partnerships and projects that align with governmental objectives.
    The document is a Sample Medical History Questionnaire by the DOI Medical Qualification Determination Services, intended for assessing the health and medical qualifications of individuals. It comprises extensive health-related inquiries across various categories, including Tuberculosis, Mental Health, Vision, Hearing, Skin, Lungs, Heart, Hypertension, Gastrointestinal health, Endocrine disorders, Neurological conditions, and more. Each section poses a series of questions requiring "Yes" or "No" responses, along with explanations for any affirmative answers, particularly including relevant dates. The questionnaire aims to gather comprehensive medical information about potential candidates to determine their fitness for duty, possibly related to roles involving firefighting or other physically demanding tasks. This assessment supports the government's commitment to ensuring that employees meet health standards necessary for their safety and performance in the field. The document's detailed structure reflects the need for precise health evaluation within the context of federal qualifications and health regulations.
    The document is a Past Performance Questionnaire (PPQ) related to the solicitation number 140D0424R0071, which is part of federal government contracting procedures. It instructs respondents to evaluate contractors based on their performance levels during the execution of contracts, employing a coding system (Exceptional, Satisfactory, Unsatisfactory, Not Applicable). The questionnaire requires them to provide justifications for the ratings assigned across several criteria, including the contractor's success in meeting deliverables, customer satisfaction, provision of customizable training solutions, and responsiveness to issues. The document seeks detailed information on the contractor's profile, contract specifics, and performance outcomes, ultimately aiming to inform the government’s evaluation and decision-making processes regarding past contractor effectiveness. Responses should be submitted via email to a designated contract specialist, underscoring the systematic approach taken in assessing contractor qualifications within government RFPs and grants.
    The document outlines the "OFFEROR’S MISCELLANEOUS INFORMATION," essential for companies responding to federal government RFPs and grants. It requires key details from the offeror, including the company name, DUNS number, SAM Unique Entity Identifier, contact information for the offeror and their government contract representative, as well as invoicing details. This structured information is crucial for ensuring compliance with federal requirements and facilitating effective communication between the offeror and government entities. The collection of this data aids in the verification and administration of proposals, fostering a systematic approach to managing bids and contracts while maintaining a transparent process in government procurement.
    The Performance Work Statement (PWS) for the DOI Medical Qualification Determination Services outlines the contractor's responsibilities for providing comprehensive medical evaluation services to ensure that employees meet established medical standards across various Department of the Interior (DOI) bureaus. It details the requirements for contractor personnel, quality control, assurance measures, and operational procedures, including handling medical records in compliance with HIPAA standards. The scope covers occupational medical exams, fitness-for-duty assessments, and management of health records via secure information systems. Key components include timely medical exam scheduling, thorough data tracking, and regular reports on health metrics. A critical aspect of the contract includes a phase-in/phase-out transition plan to maintain service continuity. The document establishes performance metrics to evaluate contractor output and compliance with the service expectations, with specified procedures for handling variations in performance. This PWS serves as a foundational document for contracting medical evaluation services integral to DOI’s mission, reflecting the federal emphasis on occupational health standards and accountability.
    The Department of the Interior (DOI) outlines the Wildland Firefighters Medical Standards Program, emphasizing the need for medical qualifications among approximately 14,000 wildland firefighters and support personnel across four federal bureaus. The goal is to ensure workforce safety by implementing consistent medical standards and health record management. Medical examinations, notifications, and self-certification processes are detailed, with specific guidelines for arduous and lighter duty personnel. Contractors must prioritize the use of Indian Health Service clinics for medical exams, manage electronic health records, and oversee periodic evaluations every three years, while maintaining review protocols for medical fitness against federal standards. For Bureau of Land Management law enforcement, similar medical standards and examination protocols are outlined, with additional specifications for roles such as firearm instructors. The National Park Service law enforcement segment adds requirements for collateral duties and provides comprehensive and periodic exam structures to monitor fitness. Throughout, the document emphasizes streamlined health data management, the necessity for mobile unit deployments in rural areas, and mechanisms for risk mitigation relating to diverse physical duties. Overall, the initiative reflects a governmental commitment to safeguarding both personnel and public lands through rigorous health standards and responsive qualification processes.
    The "Information Technology Baseline Compliance Contract Guidelines" document outlines essential cybersecurity, privacy, accessibility, and records management requirements for contractors working with the Department of the Interior (DOI). The guidelines establish compliance obligations for IT systems and services, emphasizing adherence to federal regulations such as FISMA and the Privacy Act. Key sections detail requirements for IT and cybersecurity, incident response, privacy controls, and contractor personnel security, ensuring that sensitive information is protected. Contractors must conduct annual security training for their employees and report all security incidents to the DOI within stringent timelines. Accessibility requirements, per Section 508, mandate that all ICT be usable by individuals with disabilities. Additionally, the guidelines detail records management protocols, instructing contractors to maintain federal records and manage controlled unclassified information. The document serves as a comprehensive framework for IT contractors, ensuring that all services align with federal directives while safeguarding government data integrity and privacy. Overall, the guidelines underscore the DOI’s commitment to robust IT compliance in its procurement processes.
    The Department of the Interior (DOI), Office of Wildland Fire (OWF) has outlined Information Technology (IT) Project Baseline Requirements for contractors engaged in IT projects, focusing on compliance with federal and DOI standards for security, privacy, and data protection. Essential compliance areas include adherence to the Federal Information Security Modernization Act (FISMA), the Privacy Act of 1974, and NIST standards. Contractors must implement robust security measures like encryption, multi-factor authentication, and comprehensive documentation within six months of contract award. Further, contractors are mandated to conduct continuous monitoring of security vulnerabilities and provide regular reports. Training in IT security for all contractor employees is required, along with rigorous records management and cloud hosting compliance, specifically through FedRAMP designations. Accessibility compliance under Section 508 is also emphasized, ensuring ICT products support individuals with disabilities. Lastly, prompt reporting of security incidents and effective incident response procedures must be established. This document is vital for any vendors wishing to understand the regulatory framework and requirements of partnering with the OWF, strengthening cybersecurity and data management practices within the scope of federal projects.
    The document outlines the pricing schedule for a government contract (Contract No. 140L0620D0002) related to various medical services over a five-year period (FY25-FY29). It lists numerous services such as basic, comprehensive, and periodic exams, as well as vaccinations and medical consultations, with projected quantities but no specific unit prices provided (indicated as $0). Each service is to be delivered annually at the same estimated quantities, emphasizing consistent healthcare delivery throughout the contract duration. Additionally, a separate mobile event price schedule includes personnel rates, exam costs, travel, and supply specifics, suggesting a detailed approach to manage and coordinate medical events, personnel, and logistics. The contract framework indicates firm fixed-price arrangements for personnel, travel, and supplies, ensuring clear budgeting while maintaining the flexibility to accommodate various needs as they arise. This contract reflects the government's strategy in securing healthcare services within a structured budgetary and operational framework to meet public health requirements.
    The document outlines a Request for Proposal (RFP) for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on medical qualification determinations for the Department of the Interior’s Office of Wildland Fire. The contract's value is capped at $40 million, with a performance period spanning five years, from November 22, 2024, to November 21, 2029. It details the expected delivery of medical evaluation and screening services across all U.S. states and territories. The solicitation emphasizes the participation of small businesses, including service-disabled veteran-owned and women-owned businesses. Proposals must be submitted by August 30, 2024, and the contract will incorporate relevant federal acquisition regulations. The document is structured primarily as a contract form, capturing multiple federal requirement codes and instructions for completion.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    OWF Behavioral Health IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for the OWF Behavioral Health Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing comprehensive mental health services to federal wildland firefighters and dispatchers. The contract will support approximately 18,000 firefighters and nearly 2,000 dispatchers, addressing their unique mental health challenges through services such as psychotherapy, crisis intervention, and 24/7 access to qualified clinicians. With a maximum ceiling value of $30 million, the contract includes a one-year base period followed by four optional renewal periods, spanning from December 2024 to December 2029. Interested offerors should contact Sarah Ignacio at sarahignacio@ibc.doi.gov for further details and must submit their proposals by the specified due date, ensuring compliance with federal regulations and emphasizing small business participation.
    Medical Services, Management, and Review IDIQ
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals for a Medical Services, Management, and Review Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement aims to provide comprehensive occupational health services, including medical surveillance, case reviews, and management of qualified medical providers for employees at the Beltsville, Maryland location. The services are critical for ensuring the health and safety of personnel exposed to various occupational hazards, aligning with federal health regulations and best practices in biosafety. Interested small businesses must submit their quotations by September 11, 2024, at 2:00 PM EST, to Jennifer Peterson at jennifer.l.peterson@usda.gov, with a total small business set-aside and a firm-fixed price structure for the contract.
    F--BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Berland Lake Silvicultural Prescription project within the Navajo Region, focusing on environmental services aimed at hazardous fuel reduction. The project, scheduled to take place from September 16, 2024, to September 16, 2025, requires contractors to implement a silvicultural prescription that includes extensive stand examinations and the reduction of fuel loads by 70% to mitigate wildfire risks. This initiative is crucial for restoring ecological balance and enhancing community safety, with a preference for service-disabled veteran-owned and women-owned small businesses. Interested contractors must submit their proposals by September 18, 2024, at 3:00 p.m. MDT, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404.
    BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Dezza Bluff Silvicultural Prescription project aimed at hazardous fuel reduction and fire management in the Navajo Region. The project encompasses approximately 4,438 acres near Tohatchi, NM, focusing on prescribed burning to mitigate hazardous fuel accumulation, enhance forest health, and reduce wildfire risks, with key deliverables including comprehensive stand inventories and silvicultural prescriptions. This initiative is critical for improving fire management practices and forest health on tribal lands, with a total award amount of $11.5 million and a proposal submission deadline of September 20, 2024. Interested contractors should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404 for further details.
    V--FW FIRE EU Utility (Fort Wainwright)
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is preparing to solicit dedicated fixed-wing aircraft services at Fort Wainwright, Alaska, to support wildfire management and resource activities. The procurement requires two turbine aircraft that meet specific operational specifications, including minimum cargo capacity and passenger seating, with the intention of awarding one or two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for a five-year period starting around April 2025. This exclusive use of the aircraft is anticipated to occur from May to August each year, and the acquisition is designated as a 100% small business set-aside under NAICS code 481211. Interested bidders must be registered in the System for Award Management (SAM) and can submit written questions via email to Maya Maxies-Clemons at mayamaxies-clemons@ibc.doi.gov. The current contract for these services, held by Bridger Aerospace Group, LLC, is set to expire in September 2024, and the estimated total value of the incoming contract has not been specified.
    BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    FY24 IOD-OMSU Quick Draw Medical Pack System
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for the procurement of a Quick Draw Medical Pack System and associated accessories, aimed exclusively at small businesses. This solicitation, numbered 15M10224QA4700343, requires compliance with Federal Acquisition Regulation (FAR) clauses and emphasizes the importance of submitting detailed proposals, including product photos and brochures, by the deadline of September 17, 2024. The procurement is critical for enhancing emergency management capabilities, ensuring that the USMS can effectively meet operational needs while promoting equitable participation in government contracting. Interested vendors should direct inquiries to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further information.
    Region 1 CERCLA Mine Reclamation Support
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualifications from architect-engineering firms for the Region 1 CERCLA Mine Reclamation Support contract. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract focuses on remediation services for historic mine sites across Idaho, Montana, North Dakota, and South Dakota, including notable locations such as Barker-Hughesville and Beal Mountain. The selected contractor will be responsible for contaminated site investigations, reclamation design, and environmental assessments in compliance with CERCLA guidelines, with a total contract value of $15 million over a potential five-year term. Interested firms must submit their qualifications by September 16, 2024, and are required to register in SAM for eligibility; for further inquiries, they can contact Jessica Lyn H. Rasmussen at jessica.rasmussen@usda.gov.
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    F--Exclusive Use Fixed Wing Single Engine Scooper Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is preparing to issue a presolicitation notice for Exclusive Use Fixed Wing Single Engine Scooper Services based at Fort Wainwright, Fairbanks, Alaska. The BLM requires four contractor-operated amphibious water-scooping aircraft that meet specific criteria, including a minimum tank capacity of 800 gallons and the capability to operate from remote gravel runways. These services are crucial for the BLM's Aviation Fire Service (AFS) to effectively manage fire suppression efforts during the fire season, which runs from May 20 to August 2 each year. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement lasting five years, with the solicitation expected to be issued around September 23, 2024. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further information.