Federal Occupational Health (FOH) Private Provider Network (FOHNet)
ID: PSC-FOHNet-PSC321924Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFOFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION (ASA)PROGRAM SUPPORT CENTER ACQ MGMT SVCROCKVILLE, MD, 20857, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)
Timeline
    Description

    The Department of Health and Human Services is seeking responses from qualified vendors for the Federal Occupational Health (FOH) Private Provider Network (FOHNet), aimed at delivering comprehensive occupational health services across the United States and its territories. The procurement focuses on establishing a nationwide Private Provider Network to enhance the physical and mental fitness of federal employees, encompassing services such as medical evaluations and secure record management through a web-based portal. This initiative is critical for maintaining high standards in occupational health services and ensuring confidentiality and effective communication in billing processes. Interested vendors must submit their detailed experience and capability information, including a Unique Entity ID, by February 3, 2025, to Angeleana Torres at angeleana.torres@psc.hhs.gov, with inquiries due by January 8, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines a series of technical questions and inquiries for firms responding to a Source Sought Notice related to specific services or products. It aims to gather critical information regarding capabilities, experience, and relevant certifications of potential contractors, enhancing the procurement process under the GSA Contract framework. The survey includes Yes/No questions about willingness to submit offers, experience with similar work, possession of security clearances, and compliance with safety and environmental regulations. It also requests detailed explanations regarding the applicability of GSA Contracts, North American Industry Classification (NAICS) codes, subcontracting capabilities, and adherence to performance objectives. Additionally, firms are invited to discuss their experience with regional contracts and the implications of pricing strategies. With a focus on quality assurance, geographic provider network dispersion, and their existing electronic health record systems, this document serves as a comprehensive guide for evaluating vendor capabilities, thereby fostering informed decision-making in government contracting. Overall, this inquiry reflects the federal government's commitment to ensuring effective and efficient service delivery through careful assessment of potential contractors.
    The document outlines a Sources Sought notice for the Federal Occupational Health's (FOH) requirement for a nationwide Private Provider Network (PPN) to deliver occupational health services throughout the U.S., including territories. The FOH aims to enhance the physical and mental fitness of federal employees, managing a range of services from medical evaluations to record management through a secure web-based portal. Key challenges for contractors include ensuring confidentiality of medical records, maintaining effective communication for billing, and timely completion of services. This ongoing requirement is anticipated to be fulfilled via a single Indefinite Delivery Indefinite Quantity (IDIQ) contract over five years, starting in the first quarter of fiscal year 2026. The government seeks responses from active vendors, particularly small and disadvantaged businesses, to inform potential service solutions. Interested vendors must submit detailed experience and capability information, including a Unique Entity ID, by January 27, 2025. The document emphasizes the need for transparency, confidentiality, and proper management of government records, highlighting the importance of maintaining high standards in occupational health services for federal agencies.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Office-Wide Innovative Solutions Opening for Proactive Health Office (PHO)
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health's Advanced Research Projects Agency for Health (ARPA-H), is soliciting innovative research proposals aimed at enhancing health outcomes via the Proactive Health Office (PHO). The initiative focuses on developing solutions that prioritize disease prevention, early intervention, and scalable wellness-promoting behaviors, moving away from traditional reactive healthcare models. This opportunity is significant for entities capable of delivering transformative health solutions, with proposals evaluated based on scientific merit and relevance, and funding potentially awarded through Other Transactions or Cooperative Agreements. Interested parties must submit a mandatory solution summary by March 3, 2029, and can direct inquiries to the designated contact via the provided submission platforms.
    OPTN Next Generation IT - Multiple Award Blanket Purchase Agreement (MA-BPA)
    Buyer not available
    The Department of Health and Human Services is seeking qualified vendors for the OPTN Next Generation IT initiative through a Multiple Award Blanket Purchase Agreement (MA-BPA). This procurement aims to secure computer systems design and related services, specifically focusing on IT and telecom platform services, including database, mainframe, and middleware solutions. The services procured will play a crucial role in enhancing the operational capabilities of the Office of the Assistant Secretary for Administration, ensuring efficient management of health-related IT systems. Interested parties should reach out to Emily Graham at egraham@hrsa.gov for further details regarding participation in this opportunity.
    Occupational Health Exams
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide annual occupational health examinations for technicians of the Washington National Guard. The contract, with a total award amount of $18,000,000, aims to ensure the health and safety of approximately 90 technicians exposed to workplace hazards, particularly in aviation and equipment maintenance fields. This initiative is critical for maintaining compliance with federal health and safety regulations, including OSHA and HIPAA, while promoting participation from small and women-owned businesses. Interested parties should contact Dennis Jutras at dennis.k.jutras.civ@army.mil or call 509-532-2874, with the performance period set from June 1, 2025, to March 31, 2026, and options to extend through March 2030.
    Remote Health Readiness Program 4 (RHRP-4)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), which aims to provide comprehensive medical and dental readiness services to military personnel, including both active duty and reserve components. The contract, valued at up to $1.61 billion, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract over a ten-year period, encompassing a transition phase followed by a base period and nine optional years of performance. This initiative is crucial for maintaining the health and operational readiness of service members, ensuring they receive necessary assessments and treatments across various modalities, including in-clinic and virtual care. Interested contractors should contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the solicitation process.
    World Trade Center Health Program Third-Party Administrator (TPA)
    Buyer not available
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for a Third-Party Administrator (TPA) to support the World Trade Center (WTC) Health Program. The TPA will be responsible for managing enrollment applications, maintaining member information, overseeing provider networks, administering benefits, and processing medical claims for individuals affected by the September 11th attacks. This program is crucial for delivering comprehensive healthcare services to approximately 132,000 members, ensuring they receive the necessary medical monitoring and treatment for WTC-related conditions. Interested offerors must submit their proposals by April 11, 2025, with a pre-proposal conference scheduled for January 22, 2025, and the contract period expected to commence on September 15, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
    Facility Management System (FMS) Systems Administration and Data Management
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified contractors to provide systems administration and data management services for its Facility Management System (FMS). The procurement involves a firm-fixed-price contract for the administration and management of the FMS, particularly the ARCHIBUS platform, which is crucial for efficient facility tracking and space management in compliance with federal guidelines. This total small business set-aside solicitation is set to commence on March 24, 2025, and will run for one year, with four optional renewal periods extending through 2030. Interested vendors should direct inquiries to Kimberly Pennix at kimberly.pennix@fda.hhs.gov, and must adhere to various federal regulations, including security clearance standards and confidentiality agreements.
    CBP Request for Information (RFI) for CBP Medical Services (Pre/Post Employment)
    Buyer not available
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is seeking information from vendors regarding the provision of medical services for pre- and post-employment evaluations, including medical examinations, fitness testing, consultations, and drug testing. This Request for Information (RFI) aims to gather insights for future procurement decisions, emphasizing the need for board-certified physicians to ensure that personnel meet critical medical standards necessary for law enforcement roles within the agency's workforce of approximately 60,000 employees. Interested parties are encouraged to submit their capabilities and experiences by March 2025, with the contract anticipated to commence in November 2026. For further inquiries, vendors may contact Peter Giambone at peter.a.giambone@cbp.dhs.gov or Matthew Coniglio at matthew.coniglio@cbp.dhs.gov.
    Occupational Health Medical Surveillance Examination Services Onsite Delaware Army National Guard Installations
    Buyer not available
    The Department of Defense is seeking qualified vendors to provide Occupational Health Medical Surveillance Examination Services at onsite Delaware Army National Guard installations. The procurement aims to ensure the health and safety of personnel through comprehensive medical evaluations and screenings, which are critical for maintaining operational readiness and compliance with health regulations. This opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 621111 for Offices of Physicians (except Mental Health Specialists). Interested parties can reach out to Joseph Scarpa at joseph.scarpa6.civ@army.mil or 302-326-7365, or Amy Kline at amy.l.kline.civ@army.mil or 302-326-7349 for further details.
    THC – Medical Office - Three (3) Family Nurse Practitioner
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide non-personal services involving three Family Nurse Practitioners (FNPs) for the Tsaile Health Center in Arizona. The contract, part of the Indian Small Business Economic Enterprise (ISBEE) initiative, will span from April 1, 2025, to December 31, 2027, and includes a base period and two option periods, emphasizing the importance of healthcare services in Native communities. Interested contractors must submit their proposals by March 17, 2025, ensuring compliance with federal regulations and the completion of the IHS ISBEE Representation Form, with evaluations based on past performance, technical capabilities, and cost. For further inquiries, contact Earl Morris Jr. at earl.morris@ihs.gov or 928-724-3735, or Tanya Begay at tanya.begay2@ihs.gov or 928-674-7635.
    World Trade Center Health Program Third-Party Administrator (TPA)
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking a qualified third-party administrator (TPA) for the World Trade Center (WTC) Health Program. The TPA will be responsible for managing enrollment applications, maintaining member information, overseeing a call center, and processing medical claims related to WTC-related health conditions for individuals affected by the September 11th attacks. This program is crucial for providing medical monitoring and treatment to eligible participants, ensuring they receive the necessary care and support. Interested parties should note that the solicitation is anticipated to be released on January 16, 2025, with proposals due by April 11, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.