Occupational Health Medical Surveillance Exams
ID: W9124V25QA016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NK USPFO ACTIVITY MT ARNGFORT HARRISON, MT, 59636-4789, USA

NAICS

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

PSC

MEDICAL- EVALUATION/SCREENING (Q403)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Montana Army National Guard (MTARNG), is seeking a qualified contractor to provide occupational health medical surveillance exams for federal technicians potentially exposed to workplace health hazards. The contract requires a Board-Certified Occupational Medicine Provider (BCOMP) to conduct comprehensive job-related medical examinations, including various tests such as audiograms, chest X-rays, and laboratory analyses, all to be performed within 50 miles of Helena, Montana. This non-personal services contract is set for a duration of 12 months, with quotes due by August 25, 2025, and inquiries accepted until August 14, 2025. Interested parties should contact Alice Hinck at alice.a.hinck.civ@army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Montana Army National Guard (MTARNG) seeks a Board-Certified Occupational Medicine Provider (BCOMP) for occupational health and medical surveillance services for federal technicians exposed to workplace hazards. This non-personal services contract, for a 12-month period, requires comprehensive job-related medical examinations, including pre-placement, periodic, and termination screenings, to assess health status, prevent work-related ailments, and ensure fitness for duty. Services must adhere to OSHA, DoD, and Army regulations, including specific protocols for audiograms, chest x-rays, laboratory tests, spirometry, and vision screenings. The contractor must provide a Contract Manager, maintain a Quality Control Plan, protect Personally Identifiable Information (PII) and Protected Health Information (PHI), and ensure all personnel are licensed and certified according to industry standards. Scheduling, documentation, and reporting must be coordinated with the MTARNG Occupational Health Nurse (OHN), with strict adherence to timelines for results and abnormal findings. The contractor is responsible for malpractice insurance and full disclosure of professional incidents.
    The Montana Army National Guard (MTARNG) is seeking a contractor for non-personal occupational health medical services to provide job-related surveillance examinations for federal technicians exposed to health hazards. The contract requires a board-certified occupational medicine provider to conduct medical evaluations at initial hire, periodically during employment, and at termination, aimed at identifying health issues and ensuring safety. The contractor's responsibilities include scheduling, performing, and reporting comprehensive medical examinations and laboratory tests per specified regulatory standards. The services must conform to various occupational health protocols and include monitoring for workplace exposure effects. The contractor is expected to manage quality control to maintain high-service standards while ensuring the protection of personally identifiable information and compliance with federal regulations, including HIPAA. For the project duration of 12 months, services must be provided within 100 miles of Helena, MT, excluding recognized US holidays. Performance metrics will be monitored, with penalties for non-compliance. This initiative underscores the government's commitment to maintaining the health and safety of employees in potentially hazardous work environments, demonstrating adherence to occupational health regulations and responsibilities.
    The "MONTANA OCCUPATIONAL HEALTH MEDICAL EXAMS" solicitation (W9124V25QA016) seeks a Firm-Fixed Price contract for occupational health medical exams based on best value considering price, past performance, and technical capabilities. To be considered responsive, quotes must price all specified exam types and individual test components. The document outlines five baseline exam types: Surface Maintenance, Aircraft Maintenance, Allied Trades, and Electronics Baseline Exams, plus an "Audiogram Only" option. Each baseline exam includes various medical tests such as physical exams, blood work (CBC, CMP, lead, zinc, cadmium, chromium), urinalysis, spirometry, chest X-rays, audiograms, and vision tests. Contact information for the organization, CAGE/UEI number, and contact details are also required for submissions.
    The "MONTANA OCCUPATIONAL HEALTH MEDICAL EXAMS" solicitation, W9124V25QA016, seeks a Firm-Fixed Price contract for occupational health medical exams. The contract will be awarded based on best value, considering price, past performance, and technical capabilities. To be deemed "Responsive," quotes must include pricing for all specified exam types and individual tests. The solicitation details various baseline exams, including Surface Maintenance, Aircraft Maintenance, Allied Trades, and Electronics, along with an "Audiogram Only" option. Each exam type comprises a specific set of tests, such as Physical Exam, Complete Blood Count, Comprehensive Metabolic Panel, Urinalysis, Lead, ZPP, Blood Cadmium and Chromium, Urine Cadmium, Urine Beta 2 Microglobulin, Spirometry, Chest X-ray, Audiogram, and Vision tests. Contractors must provide their organization name, CAGE/UEI number, and contact information. This RFP outlines the requirements for healthcare providers to offer comprehensive occupational health services in Montana.
    The document outlines a solicitation for a Firm-Fixed Price contract concerning Montana Occupational Health Medical Exams. The contract will be awarded based on the best value for the government, assessed through price, past performance, and technical capabilities. To ensure responsiveness, bidders must provide price quotes for various exam types listed in a specified table. Key medical examinations include baseline exams for Surface Maintenance, Aircraft Maintenance, Allied Trades, and Electronics, alongside specific tests such as Comprehensive Metabolic Panel and Chest X-rays. Contractors must provide individual unit prices and total costs for each exam category, as all items must be priced for the bid to be considered valid. The structured format emphasizes detailed pricing and ensures compliance with government procurement processes. This solicitation serves to obtain medical examination services critical for occupational health management in Montana, focusing on both quality and cost efficiency.
    The Montana Army National Guard (MTARNG) Occupational Health (OH) program seeks a Board-Certified Occupational Medicine Provider (BCOMP) for job-related medical surveillance and occupational health services for federal technicians exposed to health hazards. This non-personal services contract, lasting 12 months, requires the contractor to provide medical qualification and surveillance examinations, including various tests like audiograms, chest x-rays, and laboratory analyses. Services must be performed within 50 miles of Helena, Montana, during regular clinic hours, excluding US holidays. The contractor must maintain a Quality Control Plan, protect Personally Identifiable Information (PII) and Protected Health Information (PHI), and ensure all procedures adhere to applicable medical and safety standards. Key personnel must be licensed and certified, and the contractor is responsible for malpractice insurance and full disclosure of any professional incidents. Scheduling and documentation must be coordinated with the MTARNG Occupational Health Nurse (OHN), with strict timelines for results and notifications of abnormal findings.
    This document, W9124V25QA016 Questions and Answers, addresses various inquiries regarding a contract not currently under agreement, likely for services for the Montana Army National Guard. Key points include a 12-month contract duration without option years, a start date within two weeks of award, and an extended solicitation due date of August 25, 2025. The document clarifies acceptable medical provider qualifications, emphasizing oversight by an occupational medicine physician, and specifies requirements for trackable medical record delivery. It also details acceptable audiometric testing methods, clarifies changes to requested medical examinations (e.g., fit testing and screening examinations have been deleted), and provides specifics on imaging (2-view CXR) and lab tests (dipstick urinalysis, comprehensive metabolic panel for liver/kidney function). The document also indicates that specific heavy metal tests are listed on the pricing sheet and that qualified occupational health clinics are acceptable with proper oversight.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.
    Collbran JCC Medical Services
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide medical services for the Collbran Job Corps Center in Colorado. The procurement requires licensed Physicians, Nurse Practitioners, or Physician Assistants to deliver on-site medical care, including initial physical examinations, treatment of acute and chronic conditions, prescription management, immunizations, and emergency care, all in compliance with relevant regulations and guidelines. This initiative is crucial for supporting at-risk youth aged 16-24 in their education and vocational training, ensuring their health and wellness as part of the Job Corps program. Interested contractors must register in the System for Award Management (SAM) and can expect the solicitation package to be available on or around December 18, 2025, with inquiries directed to Louis D. Lieb at louis.lieb@usda.gov.
    Medical Physics Testing
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking proposals for Medical Physics Testing services under a combined synopsis/solicitation format. This procurement is specifically set aside for small businesses, with a focus on commercial items categorized under NAICS code 541990, which encompasses all other professional, scientific, and technical services. The selected contractor will play a crucial role in ensuring the quality and safety of medical, dental, and veterinary equipment and supplies, which is vital for maintaining health standards within military facilities. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck, who will confirm receipt of all submissions.
    Medical Equipment Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide medical equipment calibration services for the Maine Army National Guard Aviation Support Facility located in Bangor, Maine. The contract will involve the inspection, calibration, and repair of 75 pieces of medical equipment from manufacturers such as Zoll, Welch Allyn, Carefusion, Impact, and Hamilton, under a non-personal service agreement. This procurement is critical for maintaining operational readiness and ensuring the reliability of medical equipment used by the military. Interested vendors must have an active registration in SAM.gov and should prepare for a Request for Quote (RFQ) that is expected to be issued around December 9, 2025, with the performance period set from February 2, 2026, to February 27, 2026. For further inquiries, vendors can contact Thomas Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.
    FY26-28 A45 Psychological fit for duty exam
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for psychological fit-for-duty evaluations for incumbent Deputy U.S. Marshals (DUSMs) for the fiscal years 2026 to 2028. The contractor will be responsible for conducting structured clinical interviews and administering standardized psychological tests, including the MMPI-2-RF and MCMI-IV, to assess the mental and emotional capacity of DUSMs to perform their duties safely in high-stress environments. These evaluations are crucial for ensuring the well-being of law enforcement personnel and maintaining operational effectiveness. Interested parties must submit their completed quotes to Renee Leaman at renee.leaman@usdoj.gov by December 11, 2025, at 11:00 AM EST, as this opportunity is set aside for small businesses under the SBA guidelines.
    Libby Asbestos Superfund Site Responsible Party Oversight, Proposed Plan, Record of Decision
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is preparing to issue a solicitation for the Responsible Party Oversight, Feasibility Study, and Record of Decision for the Libby Asbestos Superfund Site in Libby, Montana. This procurement aims to provide oversight for a PRP-led Feasibility Study, which will analyze data regarding the contamination of Libby amphibole asbestos and develop a Proposed Plan and Record of Decision for remediation efforts. The project is critical for addressing environmental risks associated with asbestos contamination in the area, particularly in relation to wildfire suppression activities. Interested parties should note that the solicitation will be released no sooner than 15 days from the announcement date, and they can contact Amanda N. Lane at amanda.n.lane@usace.army.mil or Zachary Kinder at zachary.g.kinder@usace.army.mil for further information. The project is expected to span 36 months from the date of award.
    Non-Clinical Case Management
    Buyer not available
    The Department of Defense, specifically the Vermont Army National Guard (VTARNG), is seeking qualified Small Business Administration (SBA) 8(a) certified firms to provide Non-Clinical Case Management Services aimed at promoting the fitness and personal wellness of service members. The selected contractor will coordinate care for individual patients, ensuring the effective utilization of services and resources within and outside VTARNG facilities. This procurement is crucial for maintaining operational readiness and deployability of service members, with a contract type anticipated to be Firm Fixed Price over a five-year period, including a 12-month base period starting around July 12, 2026, and four optional 12-month extensions. Interested vendors must submit their capabilities statements, including their business size, UEI, and CAGE Code, by April 19, 2026, to Joel Greer at joel.m.greer.civ@army.mil or by phone at 802-338-3190.
    436-26-102 | Room 210 Epoxy Cover Wall and Floor
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking qualified contractors for interior renovation services at the Fort Harrison Campus of the Montana VA Health Care System, focusing on Room 210. The project involves the application of epoxy covers for walls and floors, ceiling repairs, and the replacement of damaged wall tiles, with an estimated construction value between $25,000 and $100,000. This renovation is crucial for maintaining a safe and functional healthcare environment, adhering to strict infection control and safety standards throughout the process. Interested contractors must submit their proposals by December 9, 2025, at 3:30 PM MST, and should direct inquiries to Blake Rowland at blake.rowland@va.gov.
    Pine Knot Job Corp Center Medical Services
    Buyer not available
    The USDA Forest Service is seeking proposals for medical services at the Pine Knot Job Corps Center located in Pine Knot, Kentucky. The procurement aims to secure a contractor to provide essential health services, including examinations, treatments, prescriptions, immunizations, and health monitoring for students aged 16 to 24. This contract is a firm-fixed-price agreement for a base year with four one-year options, potentially extending for an additional six months, totaling up to five years and six months. Proposals are due by December 10, 2025, at 1700 EST, and must be submitted via email to Louis Lieb at louis.lieb@usda.gov. Interested parties should ensure compliance with all federal, state, and local regulations, including HIPAA and OSHA, and include a technical proposal, price proposal, and contractor representations and certifications in their submissions.
    75H70626Q00009-Total Small Business Set-Aside, Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) Services for the Quentin N. Burdick Memorial HealthCare Facility in Belcourt North Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm-Fixed Price contract for Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) services at the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. The procurement is a Total Small Business Set-Aside under NAICS Code 561320, requiring all-inclusive pricing that covers travel, lodging, per diem, and taxes, with a contract term consisting of a Base Period and four Option Years. This service is critical for providing essential diagnostic imaging support to the healthcare facility, ensuring compliance with security clearances, including FBI background checks and screenings against the OIG Exclusion List. Interested vendors must submit their quotes by December 16, 2025, at 12:00 pm CST, with quotes remaining valid until March 31, 2026. For further inquiries, contact Jody Keplin at jody.keplin@ihs.gov or by phone at 701-477-8416.