Occupational Health Exams
ID: W912K325QA001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N6 USPFO ACTIVITY WA ARNGTACOMA, WA, 98430-5170, USA

NAICS

All Other Miscellaneous Ambulatory Health Care Services (621999)

PSC

MEDICAL- EVALUATION/SCREENING (Q403)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking proposals for Occupational Health Exam Services to be provided to the Washington National Guard at various locations. The contract aims to ensure the health and safety of approximately 90 technicians exposed to workplace hazards, requiring annual physical examinations and compliance with OSHA and HIPAA regulations. This initiative is part of a Women-Owned Small Business (WOSB) solicitation, with a total award amount of up to $18 million, and the contract is expected to span from June 2025 through March 2030. Interested parties should submit their capability statements, past performance information, and pricing details to Dennis Jutras at dennis.k.jutras.civ@army.mil by the specified deadlines.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 10:04 PM UTC
The Performance Work Statement (PWS) outlines the requirements for Technician Occupational Medical Surveillance Examination Services for the Washington Army National Guard (WAARNG). This includes monitoring approximately 90 technicians exposed to workplace hazards, particularly in fields like aviation and equipment maintenance. The contract spans a base year with possible four extensions, requiring contractors to develop Quality Control and Quality Assurance plans to uphold service standards. Services must occur at four specified locations, available Tuesday to Friday within designated hours, and not on recognized holidays. Contractor responsibilities entail maintaining qualified staff with relevant certifications and providing necessary medical equipment for examinations, including spirometry testing and audiograms. The contractor must ensure compliance with OSHA, HIPAA, and maintain employee confidentiality while managing medical records. The document emphasizes the need for contractors to thoroughly document examination results, communicate findings with affected employees, and meet specific regulatory standards and reporting requirements. This initiative reflects the federal government's commitment to safeguarding the health and safety of its workforce through compliance with statutory medical surveillance obligations.
Mar 28, 2025, 10:04 PM UTC
The document is a wage determination by the U.S. Department of Labor under the Service Contract Act (SCA), detailing minimum wage rates and fringe benefits for various occupations in Pierce County, Washington. It specifies wage rates based on executive orders, with different minimums for contracts awarded before and after January 30, 2022. For contracts after this date, workers must be paid at least $17.75 per hour, while earlier contracts mandate a minimum of $13.30 per hour. Occupations are categorized along with corresponding hourly wages and fringe benefits, such as health and welfare, paid vacation, and holidays. The document also outlines contractor obligations regarding employee classification, wage rates, and the process for requesting additional classifications not listed. These provisions align with the SCA's goals to ensure fair compensation and worker protections on government contracts. Overall, the wage determination is essential for compliance with federal contracting regulations, providing guidance on compensation practices for contractors working with the federal government.
The document outlines the evaluation criteria for awarding contracts for commercial products and services within the federal government. It specifies that the government will select the most advantageous offer based on several evaluation factors, which the Contracting Officer must list, such as the technical capability of the proposed products, pricing, and past performance. The importance of these factors can vary, particularly highlighting the combined weight of technical and past performance against price. Additionally, when evaluating options, the total price for all options will be added to the basic requirement price. The government reserves the right to reject offers with significantly unbalanced option prices while also noting that a written notice of award creates a binding contract. The document emphasizes the importance of past performance and relevant experience in the evaluation process alongside a proposed schedule and capacity, all of which are critical for effectiveness and compliance in government contracting. This ensures that awarded contracts meet governmental standards and expectations.
Mar 28, 2025, 10:04 PM UTC
Mar 5, 2025, 10:06 PM UTC
The document outlines a solicitation for contract services aimed at providing annual occupational health physical examinations for technicians of the Washington National Guard. The contract, identified by requisition W56LPK0012248753 and solicitation number W912K325QA001, details a period of performance from June 1, 2025, to March 31, 2026, with options to extend annually through March 2030. The total award amount is USD 18,000,000. Key clauses are included to ensure compliance with federal regulations and standards, including the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). The offering requires providers to adhere to strict guidelines regarding inspection and acceptance locations, invoicing procedures, and contractor responsibilities. Notably, the document emphasizes participation from women-owned small businesses and includes clauses promoting small business growth. The meticulous structuring of the solicitation serves to guide potential contractors through requirements and expectations, ensuring health and safety for National Guard employees while maintaining a competitive bidding environment for contractors, particularly those from underrepresented business categories.
Mar 28, 2025, 10:04 PM UTC
This document pertains to a Women-Owned Small Business (WOSB) solicitation for a contract to provide annual Occupational Health Physicals for the Washington National Guard. The contract includes multiple option line items extending from June 2025 to March 2030, with a total award amount of USD 18,000,000. The products and services fall under the North American Industry Classification System (NAICS) code 621999. Key details include specific deliverables, performance periods, inspection and acceptance locations, and payment instructions, emphasizing electronic invoicing through the Wide Area WorkFlow (WAWF) system. The document outlines compliance requirements with various clauses from the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS), ensuring adherence to legal and operational standards. The solicitation encourages participation from small businesses, particularly those owned by women and other disadvantaged groups, aiming to foster economic equality and empower diverse business ownership in federal contracting. Overall, the solicitation reflects the government's commitment to sourcing essential health services while promoting inclusivity within the contracting framework.
Mar 28, 2025, 10:04 PM UTC
The document serves as a solicitation for the procurement of Occupational Health Exams for technicians of the Washington National Guard as part of a Women-Owned Small Business (WOSB) initiative. It outlines essential contract details, including requisition and solicitation numbers, award dates, the contractor’s information, and clauses that govern the procurement process. The main services required are annual occupational health physical examinations, starting from June 1, 2025, with options for subsequent years through 2030. The contract emphasizes a firm-fixed price arrangement for these services, detailed performance, inspection, and acceptance guidelines, as well as stipulations for payment processing via the Wide Area WorkFlow (WAWF) system. Furthermore, it incorporates various Federal Acquisition Regulation (FAR) clauses to ensure compliance with federal laws and provisions regarding small businesses, including those for economically disadvantaged women-owned businesses, service-disabled veteran-owned businesses, and others, thereby fostering inclusivity in government contracting. The purpose of this solicitation is to ensure that the Washington National Guard receives specified occupational health services while supporting small and diverse business participation in federal procurement.
Lifecycle
Title
Type
Occupational Health Exams
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Firefighter Physicals
Buyer not available
The Department of Defense, specifically the Maryland Air National Guard (MDANG), is seeking vendors capable of providing Occupational Health services for firefighter physicals, including preemployment and annual medical examinations. The contractor will be responsible for conducting mandatory medical screenings such as chest x-rays, EKGs, spirometry, audiograms, and various lab tests to ensure compliance with Department of Defense and Office of Personnel Management standards, while also addressing health risks associated with hazardous materials exposure. Interested vendors are required to complete the attached Sources Sought Response Form and submit it to the primary contact, TSgt Christopher Battaglia, at christopher.battaglia.1@us.af.mil, as this is a sources sought request only and no solicitation will be issued at this time.
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), aimed at providing comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years and is valued at a maximum of $1.61 billion, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative underscores the importance of ensuring a medically ready force, with contractors required to establish a network of certified providers and adhere to strict quality control and reporting standards. Interested parties must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
Medical Accession Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Medical Accession Services for the U.S. Military Entrance Processing Command (USMEPCOM). This procurement involves personal services at 65 Military Entrance Processing Stations (MEPS) across the continental United States, Alaska, Hawaii, and Puerto Rico, where contractors will review medical histories, perform evaluations, and assess medical test results to ensure applicants meet military medical standards. The contract will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a five-year ordering period from December 18, 2025, to December 17, 2030, and is set aside 100% for 8(a) small businesses. Interested parties should monitor the Procurement Integrated Enterprise Environmental (PIEE) website for the solicitation, which is expected to be posted on or about May 25, 2025, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Carlos Ramirez at carlos.a.ramirez18.civ@health.mil or David Robledo at david.robledo17.civ@health.mil.
Indefinite Delivery Multiple Award Task Order Contract (MATOC), Defense Health Agency (DHA) Medical Treatment Facility (MTF) Operations and Maintenance (O&M) Services of Real Property
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking responses for an Indefinite Delivery Multiple Award Task Order Contract (MATOC) focused on Operations and Maintenance (O&M) services for the Defense Health Agency's Medical Treatment Facilities (MTFs) within the Continental United States (CONUS). The contract will encompass a range of services including maintenance, inspection, and repair of various systems in healthcare facilities, such as HVAC, plumbing, and fire protection, with an estimated total contract capacity of approximately $480 million over a potential five-year period. Interested firms, particularly those classified as small businesses, are encouraged to respond to the Sources Sought announcement by April 29, 2025, and must register in the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Sharon Kindall at sharon.d.kindall@usace.army.mil or Marcus Mitchell at MARCUS.D.MITCHELL@USACE.ARMY.MIL.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for Materiel Fielding and Medical Liaison Support Services under solicitation number W911QY25RA001. The procurement aims to enhance Army medical readiness through comprehensive management, procurement, and distribution of medical equipment and supplies, ensuring operational support for military personnel. This initiative is critical for maintaining healthcare capabilities within the Army, with a performance period spanning from July 3, 2025, to July 2, 2026, and options for additional years. Interested parties must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
124th ASOS Human Performance Optimization
Buyer not available
The Department of Defense, specifically the Idaho Air National Guard (IDANG), is preparing to procure services for Human Performance Optimization at Gowen Field in Boise, Idaho. The requirement includes hiring a Physical Therapist/Injury Manager and a Strength and Conditioning Specialist to provide essential support for personnel. This procurement is categorized as a Total Small Business Set-Aside under NAICS code 812990, emphasizing the importance of small business participation in delivering these professional services. The anticipated contract will be awarded on a Firm Fixed Price basis, with an initial twelve-month Base Period and the option for four additional twelve-month periods, with the solicitation expected to be issued within thirty days. Interested vendors should direct inquiries to Contract Specialist Treyvlin Jones at treyvlin.jones@us.af.mil, and proposals will be due thirty days after the solicitation release, with a projected contract start date of September 23, 2025.
W912DY25RA021 previously W912DY25R0003 IOT IV Sources Sought
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractor capabilities for the Initial Outfitting and Transition Facilities Support Services (IO&T FSS IV) to support the Military Health System (MHS) in establishing new and renovated healthcare facilities. The procurement aims to gather market research and assess contractor qualifications for services including project management, interior design, equipment planning, transition planning, and post-occupancy evaluations, which are critical for ensuring that healthcare facilities meet operational needs. This initiative is anticipated to have a capacity of approximately $720 million and invites both small and large businesses to participate, with responses due by April 29, 2025. Interested contractors should direct inquiries to Sharleene Davidson or Kijafa Johnson-Cooper via the provided email addresses.
Operation & Maintenance (O&M) with Incidental Repair and Minor Construction, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) in Support of the DHA Program, Texas Region
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to provide Operation & Maintenance (O&M) services, along with incidental repair and minor construction, for healthcare facilities across military medical centers, hospitals, clinics, and laboratories in Texas. This procurement is aimed at ensuring the effective maintenance and operational readiness of critical healthcare infrastructure, which is vital for supporting military personnel and their families. The solicitation, designated as W9127825RA039, will be available for download in early May 2025, and interested parties must be registered in the System for Award Management (SAM) to access the solicitation documents. For further inquiries, potential bidders can contact Rhonda Archie at LaRhonda.M.Archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
USACE GYM RENEWAL
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide gym memberships for military personnel at the GAO building in Washington, D.C. The procurement aims to secure 30 to 40 full-time physical fitness facility memberships, along with one-time visitor passes for occasional users, ensuring that the selected facility meets specific requirements such as comprehensive amenities, certified trainers, and extended operating hours. This initiative is crucial for promoting the health and wellness of military personnel while adhering to federal regulations regarding the use of appropriated funds for such memberships. Interested parties should submit their Statement of Qualifications, including business information and CAGE code, to the primary contact, Erroll T. Foster, at erroll.t.foster@usace.army.mil, by the specified deadline.
Biosafety Cabinet Maintenance and Certification BPA
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified small businesses to provide maintenance and certification services for biosafety cabinets across the Defense Health Networks in the Pacific Rim, Central, and Indo-Pacific regions. The procurement involves a Blanket Purchase Agreement (BPA) for a five-year term, with an option for a six-month extension, requiring contractors to supply trained field certifiers who will perform necessary maintenance and certification in compliance with established safety standards. This initiative is crucial for ensuring the operational integrity and safety of medical equipment used in military healthcare settings. Interested vendors must submit their quotes electronically by 08:00 am PDT on May 16, 2025, and can direct inquiries to Gilberto Esteves at gilberto.a.esteves.civ@health.mil or Pedro Reyes at pedro.a.reyes10.civ@health.mil.