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
    Description

    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 procurement is critical for maintaining compliance with federal health regulations and ensuring the well-being of National Guard employees. 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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Occupational Health Exams
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Occupational Health Exams for Firefighters
    Buyer not available
    The Department of Defense, specifically the Army, is seeking a contractor to provide Occupational Health Examination Services for firefighters of the Vermont Air National Guard (VTANG). The procurement aims to ensure compliance with National Fire Protection Agency (NFPA) standards and Department of Defense Manual (DoDM) 6055.05, requiring services such as initial and annual physical exams, PFAS lab testing, and timely documentation of medical histories. This contract is crucial for maintaining the health and safety of military firefighters, with a performance period from April 1, 2025, to March 31, 2028, and options for extension. Interested small businesses must submit their quotations by March 7, 2025, and can direct inquiries to Kristen Lucey at kristen.lucey.2@us.af.mil or Felix Awoyemi at felix.awoyemi@us.af.mil.
    Occupational Health Medical Surveillance Examination Services Onsite Delaware Army National Guard Installations
    Buyer not available
    The Department of Defense is seeking qualified contractors 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 NAICS code 621111, and the PSC code Q403 indicating the medical evaluation services required. 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.
    G1 - Non Clinical Case Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Non-Clinical Case Management Services to support the Wyoming Army National Guard under contract W912L3-25-R-A002. The primary objective of this procurement is to enhance medical readiness by managing and tracking Soldier Treatment Records and ensuring compliance with various electronic health systems. This contract, valued at $12,500,000, is set to commence on April 1, 2025, and run through March 31, 2026, with options for extension. Interested small businesses are encouraged to submit their proposals, which must include a technical proposal, pricing, and past performance information, by the specified deadlines, and can direct inquiries to Benjamin Taylor at benjamin.c.taylor10.mil@army.mil or Chelby Rush at CHELBY.K.RUSH.MIL@ARMY.MIL.
    5-Year UTARNG Lab Services Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, through the Utah Army National Guard (UTARNG), is seeking qualified small businesses to establish a 5-Year Blanket Purchase Agreement (BPA) for medical testing and laboratory services. The contractor will be responsible for providing a range of laboratory tests, including blood and urine analyses, metabolic panels, and immunology assays, with a total anticipated award amount of $41.5 million aimed at enhancing medical readiness for military personnel. This procurement is critical for ensuring timely and high-quality medical services that support the health of personnel, reflecting federal priorities for health readiness and small business participation. Interested parties can contact William T. Brown at william.t.brown68.civ@army.mil or by phone at 801-432-4273 for further details.
    MSU Hearing Tests 2025
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a qualified contractor to provide mobile audiology services for hearing tests for up to 250 employees during the 2025 Mat Sinking season. The contractor will be responsible for conducting two rounds of hearing tests, with the first scheduled for late August and the second at the end of October, at flexible locations between Vicksburg, MS, and Venice, LA. This initiative is crucial for ensuring employee health and safety, as it involves compliance with specific regulations, maintaining confidentiality of medical records, and adapting to potential schedule changes. Interested parties should contact Judy M. Huell at Judy.M.Huell@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil for further details, with all testing required to be completed by January 31, 2026.
    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.
    IDIQ NYANRG Mobile Dental Services
    Buyer not available
    The Department of Defense, specifically the New York Army National Guard (NYARNG), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide mobile dental services from April 1, 2025, through March 31, 2030. The contractor will be responsible for delivering comprehensive dental services, including exams, treatments, and maintaining medical readiness for military personnel, while adhering to federal regulations and ensuring the use of licensed professionals and compliant equipment. This initiative is crucial for enhancing dental health service delivery within the military community and supports the federal commitment to women-owned small businesses. Interested parties should contact Andrew Emrich at andrew.e.emrich.civ@army.mil or Melissa Santoro at melissa.santoro2.civ@mail.mil for further details, with a total contract ceiling of $7.4 million and proposals due as specified in the solicitation documents.
    Maintenance and Repair Serivices of Aria Oncology Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for maintenance and repair services of the ARIA Oncology Information System at Madigan Army Medical Center. The contract, which spans from March 15, 2025, to November 14, 2028, requires the contractor to ensure the system operates according to OEM specifications, including the timely installation of mandatory modifications without additional charges. This service is critical for maintaining high standards of care within the Military Health System, particularly for oncology services. Interested parties should contact Cindy Means at cindy.j.means.civ@health.mil or Scott Barr at scott.a.barr.civ@health.mil for further details.
    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.
    Fire Department Hose and Ladder Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide inspection and maintenance services for fire department hoses, ground ladders, and apparatus fire pumps at a facility in Martinsburg, West Virginia. The contractor will be responsible for conducting annual performance testing in compliance with National Fire Protection Association (NFPA) standards, which includes inspecting 15,000 feet of fire hose, 17 ground ladders, and six fire pumps, with a contract duration of one base year and four optional years. This procurement is crucial for ensuring the safety and operational readiness of firefighting equipment, thereby enhancing public safety. Interested parties, particularly small businesses, should note that the total contract value is approximately $19.5 million, with proposals due by March 7, 2025. For inquiries, contact Christopher P. Broschart at christopher.broschart@us.af.mil or Ryan E. Belfield at ryan.belfield@us.af.mil.