ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Federal Occupational Health (FOH) Clinical East Staffing Solicitation

DEPARTMENT OF HEALTH AND HUMAN SERVICES PSCFOH-ClinicalEastStaffing-Solicitation75P00125R00012
Response Deadline
Aug 4, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Health and Human Services (HHS) is seeking proposals for the Federal Occupational Health (FOH) Clinical East Staffing Solicitation, aimed at acquiring professional medical staffing and occupational health support services in the Eastern Region. This procurement is specifically set aside for 8(a) small business concerns and encompasses a range of services including health assessments, emergency response, and health promotion, with a contract period from November 1, 2025, to October 31, 2030, and a total anticipated value of up to $105 million. The selected contractor will be responsible for ensuring compliance with federal regulations and maintaining high-performance standards while providing qualified personnel across multiple states. Interested parties should direct inquiries to Angelina Mulenga at angelina.mulenga@psc.hhs.gov, with all proposals due by the specified deadline.

Classification Codes

NAICS Code
621999
All Other Miscellaneous Ambulatory Health Care Services
PSC Code
Q999
MEDICAL- OTHER

Solicitation Documents

18 Files
Attachment J.6-Clinical East Wage Determination List_Final.xlsx
Excel33 KBJul 3, 2025
AI Summary
The Clinical East Wage Determination List outlines wage classifications for various healthcare positions across multiple U.S. cities. This document specifies labor categories, including Nurse Coordinator I, Nurse Coordinator II, and Staff Nurse (RN), along with their respective wage determination numbers. The locations mentioned span states such as Louisiana, New York, Kentucky, and Texas, reflecting the geographical diversity of healthcare services. Each role is listed under specific cities and states, highlighting the different wage determinations applicable. The document serves as a vital resource for federal and local government agencies as they assess budgets for healthcare staffing in response to RFPs and grants. It ensures that compensation aligns with established standards, promoting fair wages for healthcare professionals while fulfilling governmental compliance requirements.
Attachment J.1-Clinical East Pricing Worksheet_Final.xlsx
Excel208 KBJul 3, 2025
AI Summary
No AI summary available for this file.
Attachment J.5 Clinical East Credential File Format.pdf
PDF116 KBJul 7, 2025
AI Summary
The document outlines the necessary credentialing requirements for Physicians, Nurse Practitioners (NPs), and Physician Assistants (PAs) seeking appointment to medical staff with privileges. It is structured into six sections for each professional category, covering attestation of completion, applications, proof of identity and insurance, primary-source verification of credentials, performance evaluations, and ongoing health-related documentation. Essential items include licenses, certifications, background checks, BLS certification, and additional health documentation for clinical roles. It emphasizes the importance of thorough verification and compliance with selected medical standards to secure appointments, reflecting the government’s mandate for rigorous credentialing processes in healthcare. The overarching purpose is to ensure qualified medical personnel meet stringent safety and performance standards in alignment with federal and state regulations.
Attachment J.11 Subcontractor Teaming Partner Consent Form.pdf
PDF105 KBJul 7, 2025
AI Summary
The document outlines a required consent form for subcontractors and teaming partners involved in federal government proposals, particularly in relation to the evaluation of past performance for RFP submissions. It emphasizes the necessity of obtaining consent from these entities before any past performance information can be disclosed to a prime contractor, as this information is deemed sensitive and cannot be shared without approval. The consent form serves to facilitate communication between the government and prime contractors regarding subcontractors' performance, which is increasingly significant in the source selection process. By signing the consent letter, subcontractors allow the government to discuss their past and present performance evaluations with the prime contractor, thereby supporting the government's effort to ensure confidence in the performance assessments. The form requires the signature of an authorized individual from the subcontractor or teaming partner's company, confirming their participation in the proposal for the Information Technology Consolidated services contract for Hill Air Force Base. The structure of the document clearly outlines the need for consent and provides a template letter to streamline the process. Ultimately, this requirement underlines the growing emphasis on past performance as a critical factor in federal procurement decisions, reflecting the government’s commitment to achieving best value through careful evaluation of past contractor engagements.
Attachment J.13 Past Performance Questionaire.docx
Word51 KBJul 7, 2025
AI Summary
The Department of Health and Human Services has released a Past Performance Questionnaire as part of its Request for Proposals (RFP) process. This document is intended to evaluate contractors’ past performance on prior government or commercial projects. The questionnaire consists of two primary parts: specific performance descriptions and general performance ratings across various areas, including quality of product/service, schedule adherence, cost control, business relations, management of key personnel, and utilization of small businesses. Each area is rated on a scale from "Exceptional" to "Unsatisfactory," with space for evaluator comments. Additionally, appendices provide definitions for performance ratings and criteria, supporting the assessment process through alignment with the Contractor Performance Assessment Reporting System (CPARS). This evaluation aims to guide the selection process for government contracts by ensuring that only capable contractors are awarded work based on demonstrated reliability and effectiveness in previous engagements. The structure is tailored to gather quantitative and qualitative insights into contractor performance, fostering transparency and accountability in federal procurement.
Attachment J.10 Clinical East Monthly Invoice Submission Template.xlsx
Excel40 KBJul 7, 2025
AI Summary
The document is an invoice related to a federal contract, detailing specific expenditures for labor and travel during a defined period. It is structured into two main sections: one for labor costs, which lists the job titles, employee names, hourly rates, and total amounts due per employee, and another for travel expenses, which includes employee names, descriptions of travel, dates of travel, and the corresponding charges. Each section provides a total amount due for clarity, with an overall total amount due at the end. This invoice format reflects compliance with federal regulations for fiscal documentation, ensuring transparency and accountability in government spending associated with RFPs and grants. It is likely that this invoice accompanies a request for payment or reimbursement under the terms of a government contract, signifying the contractor's ongoing work related to a federal or state project. The emphasis on precise documentation aligns with standard practices in federal grants and contracting.
75P00125R00012_ClinicalEast_Amendment_0001_7_7_25.pdf
PDF3582 KBJul 7, 2025
AI Summary
The document outlines a government solicitation for acquiring Clinical Occupational Health Support Services in the Eastern Region, primarily focusing on professional medical staffing for the Federal Occupational Health (FOH) sector under the Department of Health and Human Services (HHS). This amendment (75P00125R00012) indicates it is a total set-aside for 8(a) small business concerns, with an unextended deadline for offer submissions. The contract period spans from November 1, 2025, to October 31, 2030, with an anticipated value of up to $105 million, encompassing various task orders for clinical and occupational health services. Key services required include health assessments, emergency response, health promotion, and safety oversight across multiple states, ensuring compliance with federal regulations and accreditation standards. Contractors must provide qualified personnel, maintain high-performance standards, and adhere to FOH policies. The document emphasizes the necessity of retaining a skilled workforce, managing vacancies promptly, and ensuring all personnel meet stringent credentialing and performance evaluations. Additionally, it underscores the importance of staff retention and proper communication with FOH to support program efficiency and quality care delivery.
Attachment J.3 Clinical East Labor Category Details.pdf
PDF252 KBJul 7, 2025
AI Summary
The document outlines the labor categories and qualifications for various healthcare roles within the Federal Occupational Health (FOH) system, focusing on ensuring quality healthcare services in occupational settings. Key positions include Area Clinic Manager, Nurse Coordinators (I, II, III), Staff Nurses (RN and LPN/LVN), Nurse Practitioners, Physician Assistants, Clinical Physicians, Occupational Medicine Physicians, and Medical Administrative Support Staff. Each role specifies educational credentials, experience requirements, and essential skills. For example, the Area Clinic Manager must possess a Master's degree and extensive supervisory experience, alongside certification in occupational health practices. Responsibilities range from managing clinical operations, ensuring compliance with health standards, to direct patient care and administrative duties. Quality control and safety compliance are emphasized across all roles. The document underscores the importance of adhering to FOH policies and regulations, including maintaining medical records and reporting safety events. Overall, it serves as a foundational guideline for staffing and operational requirements in federal health services, aligning with government standards for health and safety in occupational settings.
Attachment J.9 Clinical East Contract Transition Incumbent Report.xlsx
Excel48 KBJul 7, 2025
AI Summary
The document outlines the Clinical East Contract Transition Incumbent Report, detailing personnel related to clinical contract services across various cities and states. It lists categories such as labor positions, incumbent names, their contact information, duration on contract, and staffing levels, including both permanent and PRN (as needed) staff. This report provides essential details for assessing existing staffing structures as part of the contract transition process, critical for future planning and resource allocation in responding to government RFPs and grants. By documenting these incumbents and their roles, the report aims to facilitate a smooth transition and continuity of clinical services while adhering to federal and state compliance requirements. Overall, this report serves as a foundational resource for understanding the current workforce arrangement necessary for meeting the operational needs stipulated in federal and state contracting processes.
Attachment J.6_Clinical EastWage DeterminationList_Amendment_0001.xlsx
Excel33 KBJul 7, 2025
AI Summary
The "Clinical East Wage Determination List" outlines various labor categories and wage determinations for healthcare positions across the United States. The document categorizes registered nursing roles, including Nurse Coordinators and Staff Nurses, across multiple cities and states, with specific identification numbers for each job category and corresponding wage determination references, such as 2015-5189 for New Orleans and 2015-4719 for Covington. Various cities, including metropolitan areas like New York, Atlanta, and Cleveland, appear frequently, indicating a need for these healthcare roles. Details revealed within this file reflect the structure of federal requests for proposals (RFPs) and grants aimed at ensuring equitable wages for healthcare positions, which is crucial for regulatory compliance and operational budgeting in public healthcare institutions. The systematic arrangement of data serves to facilitate procurement processes for governmental entities seeking services and aligns with federal labor standard expectations, ultimately aiming to enhance healthcare service delivery.
Attachment J.14 Disclosure of Lobbying Activities.pdf
PDF29 KBJul 7, 2025
AI Summary
The document outlines the requirements for disclosing lobbying activities as mandated by 31 U.S.C. 1352, applicable to federal actions including contracts, grants, cooperative agreements, loans, and loan guarantees. It provides a standardized form (SF-LLL) that entities must complete to report lobbying efforts aimed at influencing these federal actions. Key sections include identifying the type and status of federal action, the reporting entity's information, and details about lobbying registrants and individuals involved. The form stipulates the necessity of disclosing any material changes and mandates signatures from authorized officials. Failure to comply can result in significant civil penalties. The form's intent is to promote transparency in the interaction between government and lobbying entities, ensuring accountability in federal funding processes. It serves as an essential tool for federal oversight, aiming to ensure ethical conduct in government procurement and grant processes.
Attachment_J.1_Clinical East PricingWorksheet_Amendment_0001.xlsx
Excel126 KBJul 7, 2025
AI Summary
The document outlines the procedures for completing the Pricing Worksheet (Attachment J.1) for the FOH Clinical East staffing contracts, emphasizing the submission of direct labor rates and fully burdened labor rates across multiple contract years. Key components include fringe benefits, overhead, general administrative costs, and profit, which cumulatively inform the fully burdened labor rate automatically calculated in the worksheet. The instructions also detail considerations for overtime rates and various staffing arrangements, including permanent and PRN (As needed) staffing configurations. It notes that the proposed rates apply nationally in emergency scenarios without requiring direct labor inputs. Acronyms and definitions relevant to staffing and pricing calculations are provided to ensure clarity. Each contract site and corresponding labor categories are listed, contributing to structured staffing proposals vital for compliance with federal and local requests for proposal (RFP) processes, aligned with project objectives for healthcare staffing consistency across various locations. Overall, the document serves to standardize pricing proposals in response to government procurement needs while addressing requirements specific to health services.
Attachment J.12 Client Authorization Letter.pdf
PDF90 KBJul 7, 2025
AI Summary
The document outlines the requirements for client authorization letters in relation to past performance assessments for contractors responding to a Request for Proposal (RFP) from Hill Air Force Base for an Information Technology Consolidated services contract. It emphasizes that past performance information from private sector clients cannot be shared with the government without their consent. Offerors must submit completed client authorization letters for any commercial customers listed in their proposals, allowing the government to evaluate their performance. The letter template provided is intended to facilitate communication between the contractor's clients and the government, indicating that the client is authorized to share feedback on the contractor's work if contacted. This process is part of the government's increased focus on considering past performance as a critical selection factor during procurement processes. The emphasis on client participation in evaluations highlights the significance of documented past performance in securing government contracts.
Attachment J.8 Clinical East Monthly Labor Hour Tracker.xlsx
Excel224 KBJul 7, 2025
AI Summary
This document outlines various offices and their respective room locations across multiple states, coupled with estimated labor hours for various nursing positions as part of a federal workforce initiative. The report specifies addresses in cities such as New Orleans, Brooklyn, Covington, Cleveland, and Jacksonville, detailing departments and room numbers for roles including Nurse Coordinator I and II, Staff Nurse (RN), and Physician (Clinical). The labor hours are tracked for positions across diverse locations, highlighting the total hours projected for the 12-month operational period. The purpose of this document appears to be the coordination of staffing and resources essential for healthcare services across the U.S. government, emphasizing the need for precise planning and allocation of medical personnel. The systematic and detailed presentation suggests an organized effort to efficiently manage healthcare staff to meet public health demands, illustrating the government's commitment to maintaining robust healthcare services nationwide.
RFP 75P00125R00012 Clinical East Staffing_7.2.25.pdf
PDF2127 KBJul 7, 2025
AI Summary
The document outlines a Request for Proposal (RFP) for the provision of Clinical Occupational Health Support Services in the Eastern Region (EAST) by the Federal Occupational Health (FOH) under the Department of Health and Human Services (HHS). This contract is specifically set aside for 8(a) small business concerns and aims to acquire professional medical staffing for various health services, including occupational medicine, wellness programs, and behavioral health services. The contract will be structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a minimum order of $25,000 and a maximum of $105 million across the contract period from November 1, 2025, to October 31, 2030. The document details the expected qualifications of the staff, the types of services provided, and specifies compliance with Federal Acquisition Regulations (FAR) as well as health accreditation standards. Key responsibilities of the contractor include recruiting qualified personnel, ensuring adherence to training and credentialing processes, managing workforce stability, and maintaining high-quality service delivery under strict governmental oversight. The overarching goal is to enhance employee health and productivity while supporting FOH's mission to deliver comprehensive occupational health services to federal employees across multiple states and sites.
Attachment J.7 Clinical East Contractor Performance Self-Assessment Template.docx
Word33 KBJul 7, 2025
AI Summary
The document outlines the guidelines for completing a Contractor Performance Self-Assessment as part of government contracting evaluations. It instructs contractors to assess their performance across multiple areas: Quality, Schedule, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance, among others. Each assessment area includes a rating scale—Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory—requiring narrative justification for the selected rating. The definitions provided clarify each rating's significance, emphasizing accountability and the need for contractors to illustrate how their performance benefits the government. Additionally, it calls for adherence to the Contractor Performance Assessment Reporting System (CPARS) and encourages contractors to seek guidance from their Contracting Officer when necessary. This assessment process seeks to ensure transparency in contractor evaluations and foster improvements in their service delivery to meet federal and state requirements effectively.
Attachment J.4 Clinical East Security Clearance and Badging Info.docx
Word66 KBJul 7, 2025
AI Summary
The document outlines the security clearance and badging requirements for contractors working under the Federal Occupational Health (FOH) system. All personnel must obtain a Tier 2 Minimum Background Investigation (MBI) Security Clearance, which must be renewed every five years. Contractors must submit specific documents and follow a structured process to gain clearance and receive identification badges, ensuring compliance with all requirements. The badging process involves submitting an application package to the Contracting Officer Representative (COR) and includes steps like completing the OneView Gateway application and getting digital fingerprints. Time-sensitive actions, such as scheduling appointments for badging, are emphasized, with penalties for non-compliance. Additional security clearances may be required for specific agencies like the IRS or Customs and Border Patrol. The document stresses the importance of safeguarding personally identifiable and classified information, with penalties outlined for breaches or delays in compliance. This framework aims to ensure secure and efficient contract management within the government context, addressing both access control and public trust considerations.
Attachment J.2 Clinical East Site Staffing Plan.xlsx
Excel224 KBJul 7, 2025
AI Summary
The Clinical East Site Staffing Plan outlines staffing requirements across various healthcare locations within the federal framework, detailing positions such as Nurse Coordinators and Staff Nurses. It specifies clinic hours of operation, categorizing staff under steady-state funding or fee-for-service (FFS) models. Each entry lists the location, labor category, hours per week, and any relevant comments regarding staff usage. Positions range from Nurse Coordinators II to physicians, with varying weekly hours and maximum allowable FFS work hours per year. The plan emphasizes operational consistency through steady-state funding while allowing flexibility for additional work under the FFS model, providing a comprehensive staffing strategy to meet healthcare demands while adhering to federal requirements. This document serves as a tool for resource allocation, facilitating effective responses to healthcare needs in specific regions and settings.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 2, 2025
amendedLatest Amendment· Description UpdatedJul 7, 2025
deadlineResponse DeadlineAug 4, 2025
expiryArchive DateAug 19, 2025

Agency Information

Department
DEPARTMENT OF HEALTH AND HUMAN SERVICES
Sub-Tier
OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION (ASA)
Office
PROGRAM SUPPORT CENTER ACQ MGMT SVC

Point of Contact

Name
Angelina Mulenga

Place of Performance

UNITED STATES

Official Sources