Medical Testing BPA
ID: FA665625Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6656 910 AW LGC YNGSTN WRN ARPTVIENNA, OH, 44473-0910, USA

NAICS

All Other Miscellaneous Ambulatory Health Care Services (621999)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for medical testing services at the Youngstown Air Reserve Station in Vienna, Ohio. The procurement aims to provide comprehensive occupational health exams for reservist and civilian firefighters, including new hire physicals and associated laboratory tests, in compliance with federal health regulations and Air Force standards. This initiative is crucial for maintaining the health and safety of approximately 1,200 personnel, ensuring they meet required medical and occupational standards. Interested contractors must submit their quotations by 10:00 a.m. EST on April 14, 2025, to the primary contact, Ashley A. Senich, at ashley.senich@us.af.mil, or by mail to the specified address.

Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The document addresses procurement questions related to a government contract for on-site health services. The incumbent contractor is On Demand, with the contract number FA665620A0002. Contractors are permitted to exclude specific services, such as chest x-ray services, with the primary requirements during weekend sessions being blood draws, with courier support, and spirometry as needed. The testing is expected to be performed for about 20 individuals across approximately 20 Saturdays, from 9:30 AM to 12:00 PM, particularly during UTA weekends. Additionally, the government confirms it will continue to utilize a Government Purchase Card (GPC) for payment of these services. The document serves to clarify terms and expectations for potential contractors responding to the Request for Proposals (RFP), emphasizing the government's specific operational needs and procurement methods.
Apr 3, 2025, 8:05 PM UTC
The document addresses contractor requirements for conducting comprehensive exams related to workplace health and safety compliance. It clarifies that contractors must use specific examination forms, notably the OF178 preselection and SF600 forms, for baseline, periodic, and termination exams. The use of in-house forms is insufficient unless the examination is hybrid, combining elements from the contracted services. Additionally, it explicitly states that the Treadmill Stress Test is not required as part of the firefighter exam, in alignment with the Airforce Technical Implementation Guidance on NFPA 1582 compliance. This guidance is crucial for ensuring that contractors adhere to specified safety standards while conducting health examinations for personnel, highlighting the regulatory framework that governs these processes.
Apr 3, 2025, 8:05 PM UTC
The document outlines a procurement proposal for medical testing services at the Youngstown Air Reserve Station, spanning a five-year period from May 1, 2025, to April 30, 2030. The proposal details a comprehensive list of services required, including various drug screening panels, health assessments, laboratory tests, and vaccinations complying with CDC and OSHA regulations. Key services include respiratory fit testing, vital signs assessment, CBC and metabolic panels, TB tests, audiograms, and various medical evaluations. The document indicates the necessity of ensuring health standards among personnel, with an emphasis on evaluating fitness for duty and implementing post-exposure protocols. It also specifies that the evaluations must adhere to relevant military and occupational health guidelines. This procurement is critical for maintaining the health and safety of personnel while ensuring compliance with federal health regulations.
Apr 3, 2025, 8:05 PM UTC
The Statement of Work (SOW) outlines the requirements for the 910th Occupational Medicine Support Services for the 910th Airlift Wing (AW) in Youngstown, OH. The services ensure that approximately 1,200 civilian and reserve personnel meet the Air Force's medical and occupational standards through a comprehensive range of medical assessments and surveillance. Responsibilities include preselection, periodic evaluations, and post-employment medical services directed by designated personnel from the 910th Medical Squadron (MDS). Contractors are tasked with providing necessary personnel, equipment, and facilities for delivering these services, which may include laboratory work, occupational health exams, and fitness evaluations. The contractor must notify the MDS of any abnormal results promptly and provide consolidated documentation within specified timeframes. The SOW emphasizes adherence to numerous Air Force instructions and Occupational Safety and Health Administration standards. It also outlines coordination procedures for services, emphasizing that only authorized representatives may request them. This SOW plays a critical role in managing occupational health for the 910th AW, ensuring compliance with federal regulations and maintaining workforce health and safety.
Apr 3, 2025, 8:05 PM UTC
The document outlines wage determinations under the U.S. Department of Labor's Service Contract Act (SCA) for contracts performed in Ohio's Mahoning and Trumbull counties. It specifies the minimum wage rates required for various occupational classifications, adjusting for different executive orders. For contracts effective post-January 30, 2022, wages must adhere to Executive Order 14026, mandating a minimum of $17.75 per hour, while older contracts fall under Executive Order 13658, which sets rates at $13.30. The document details specific wage rates for over 190 occupations, emphasizing fringe benefits such as health and welfare contributions, sick leave under Executive Order 13706, and vacation entitlements. Additionally, it outlines a procedure for requesting additional classifications and wage rates through the conformance process if unlisted occupations arise. This comprehensive wage determination is crucial for federal contracting compliance, ensuring fair worker compensation and adherence to federal regulations within the contracting landscape. The document serves as a critical reference for contractors working under federal contracts, underscoring the importance of maintaining compliance with wage laws and worker protections.
Lifecycle
Title
Type
Medical Testing BPA
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Construct Fire Base - Youngstown ARS, OH
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a new Base Fire Station at Youngstown Air Reserve Station in Ohio. This Design-Bid-Build project, identified as P2: 513392, encompasses the demolition of an existing structure and the construction of a 24,500 square-foot facility, which will include dorm rooms, offices, and vehicle bays, with an estimated project cost ranging from $10 million to $25 million. The initiative aims to enhance safety infrastructure at military facilities while adhering to stringent federal standards and regulations, including compliance with various building codes and safety protocols. Interested contractors must submit their proposals electronically by April 29, 2025, and are required to begin construction within 10 days of award, with project completion expected within 790 days. For further inquiries, contact Seth Dukes at seth.j.dukes@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil.
Water Lab Analysis Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Water Lab Analysis Services through a combined synopsis/solicitation process. The objective is to establish a Firm Fixed Price Blanket Purchase Agreement for commercial services related to chemical testing of water and hazardous waste characterization, with a focus on compliance with environmental regulations and safety standards. This procurement is crucial for ensuring environmental compliance and public health, as it involves routine and emergency sampling and testing using EPA-approved methods. Proposals must be submitted electronically by 1:00 PM EDT on May 14, 2025, to the designated contacts, Brandon Bolen and Edward A. Huchison, with a total contract value capped at $200,000 for the period from July 1, 2025, to June 30, 2030.
AST Analyzer
Buyer not available
The Department of Defense, specifically the U.S. Air Force's Petroleum Office (AFPET), is seeking proposals for an integrated sampling and analysis system for Aviator Breathing Oxygen (ABO) and Compressed Breathing Air (CBA). This procurement aims to ensure the quality testing of critical air supplies used in Air Force operations, necessitating a system that adheres to Department of Defense standards and ASTM practices for cleanliness, while also being portable and capable of accurately detecting contaminants. Interested vendors must submit their bids by May 6, 2025, and ensure compliance with the technical specifications outlined in the Statement of Work, with delivery expected within 120 days. For inquiries, contact Kareem Beckles at kareem.beckles.1@us.af.mil or Aziz Tetou at aziz.tetou@us.af.mil.
Sources Sought--Aerospace Medical Accession Standards
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide professional medical services as Subject Matter Experts (SMEs) for the Aerospace medical standards program at Joint Base San Antonio, Texas. The procurement requires three SMEs: Aerospace Medical Technicians, an Aerospace Medicine Specialist Physician (Flight Surgeon), and a Clinical Psychologist, who will support medical standards consultations related to military service programs, focusing on risk assessments and data management for medical certifications and waivers. This initiative is crucial for ensuring the health and operational readiness of personnel across various Air Force accession programs. Interested businesses must submit their capability statements electronically by April 28, 2025, to Sandra Smith at sandra.smith.24@us.af.mil, and are encouraged to register in the System for Award Management (SAM) prior to submission.
Vyntus One PFT System with Bicycle Ergometer (Brand Name or Equal) - Travis AFB, CA
Buyer not available
The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking quotes for the procurement of a Vyntus One Pulmonary Function Testing (PFT) System with a Bicycle Ergometer, or an equivalent system. This requirement aims to enhance the capabilities of the Pulmonary Function Department by providing advanced diagnostic tools for comprehensive pulmonary evaluations, including spirometry and real-time diffusion capacity testing, while ensuring accessibility for patients with disabilities. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is governed by the NAICS code 339112 for Surgical and Medical Instrument Manufacturing. Interested offerors must submit their proposals by May 5, 2025, at 12:00 PM PDT, and can direct inquiries to SrA Joseph Restua-Perez at joseph.restuaperez@us.af.mil or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil.
Technical/Research Regulatory Affairs Specialist/Subject Matter Expert for Food and Drug Administration (FDA)
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking a part-time Technical/Research Regulatory Affairs Specialist/Subject Matter Expert to support Food and Drug Administration (FDA) regulatory affairs at Wright-Patterson Air Force Base in Ohio. The contractor will provide expertise in FDA compliance for human research activities, requiring a minimum of five years of experience in FDA regulatory requirements and clinical research protocol compliance. This role is crucial for ensuring adherence to regulations related to human subject research, with responsibilities including analyzing research proposals, assisting with FDA submissions, and developing regulatory training materials. Interested small businesses must submit their capability packages by May 2, 2025, at 5:00 PM Eastern Standard Time, to Gabrielle Ruiz at gabrielle.ruiz.1@us.af.mil, and include relevant company information and experience as outlined in the attached Performance Work Statement.
SS - AFRL/RQ Fire Suppression Maintenance and Repair Services
Buyer not available
The Department of Defense, through the Air Force Research Laboratory (AFRL) at Wright-Patterson Air Force Base, is seeking qualified contractors to provide fire suppression maintenance and repair services. The procurement aims to ensure the operational integrity and compliance of fire suppression systems, including seven high-pressure and one low-pressure CO2 systems, which require regular inspections, emergency repairs, and adherence to fire safety regulations, particularly NFPA guidelines. Interested small businesses must submit their capability packages by May 16, 2025, detailing their qualifications and relevant experience to Jason Sav at jason.sav@us.af.mil, as this opportunity is part of a Sources Sought notice and does not obligate the Government to award a contract.
Iowa Army National Guard - Waterloo Medical Examinations
Buyer not available
The Department of Defense, through the Iowa Army National Guard, is soliciting quotes for Occupational Health Medical Surveillance Examination Services in Waterloo, Iowa, under RFQ W912LP-25-Q-5008. The selected contractor will be responsible for conducting comprehensive medical examinations, including physical exams, lab draws, and screenings for personnel potentially exposed to health hazards, with services to be performed within a 40-mile radius of Waterloo until May 31, 2025. This procurement is critical for ensuring the health and safety compliance of military personnel, emphasizing the importance of maintaining high standards in medical surveillance. Interested small businesses must submit their quotes by May 1, 2025, at 10:00 AM CDT, and can direct inquiries to Hunter D. Maeder or Kelsey Letcher via the provided contact information.
Security Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide security services for its facility located at 9595 Springboro Pike, Miamisburg, Ohio. The procurement includes off-site building alarm system monitoring and on-site unarmed security personnel during specified hours, with a focus on maintaining safety and security for the Joint Strike Fighter program. The contract will span a base period from August 1, 2025, to July 31, 2026, with three optional extension years available. Interested parties must submit a capabilities statement to Dominic McClung at dominic.mcclung@us.af.mil, adhering to the specified requirements and deadlines outlined in the Performance Work Statement.
O2 Room Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses from qualified small businesses for a maintenance contract focused on Oxygen Charging Stations at Hurlburt Field Air Force Base in Florida. The procurement aims to ensure the precision cleaning, testing, and calibration of Military Oxygen Systems, adhering to stringent Department of Defense standards and compliance requirements, including certifications from the Department of Transportation and METCAL standards. This opportunity is critical for maintaining operational safety and effectiveness of military-grade oxygen systems. Interested contractors must submit their capabilities and socio-economic status by May 1, 2025, with a maximum of three pages for their response, and can direct inquiries to A1C Edren Jash Pena at edrenjash.pena.1@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.