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 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
    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.
    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.
    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
    Texas Army National Guard: Medical and Dental Readiness Services FY26 events
    Dept Of Defense
    The Texas Army National Guard is seeking proposals for a firm fixed-price contract to provide Medical and Dental Readiness Services for five Soldier Readiness Processing (SRP) events scheduled between January and July 2026. The contract requires the selected contractor to supply all necessary personnel, equipment, tools, materials, supervision, and quality control, with specific exceptions for Government Furnished items, as outlined in the Performance Work Statement (PWS). These services are crucial for maintaining the health and readiness of soldiers, ensuring they are fit for duty. Interested offerors must be registered in the System for Award Management (SAM) and can find registration instructions at www.SAM.gov. For further inquiries, contact Jolan Duverglas at jolan.j.duverglas.mil@army.mil or by phone at 512-782-5503.
    FY26-28 A45 Psychological fit for duty exam
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for psychological and psychiatric fitness-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 a standardized test battery, including assessments such as the MMPI-2-RF and MCMI-IV, to evaluate the mental and emotional capacity of DUSMs to perform their duties effectively in high-stress environments. These evaluations are crucial for ensuring the safety and effectiveness of personnel in law enforcement roles. Interested vendors must submit their proposals by December 11, 2025, with the procurement due date extended to December 18, 2025, at 11:00 AM EST. For further inquiries, potential bidders can contact Renee Leaman at renee.leaman@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov.
    Non-Clinical Case Management
    Dept Of Defense
    The Department of Defense, specifically the Vermont Army National Guard (VTARNG), is seeking qualified vendors to provide Non-Clinical Case Management services aimed at promoting fitness and personal wellness for its service members. The requirement involves coordinating care for individual patients, ensuring the effective utilization of services and resources, and facilitating assistance within and outside VTARNG facilities. This opportunity is a sources sought notice intended to gauge interest from Small Business Administration (SBA) 8(a) certified businesses, with the potential for a five-year Firm Fixed Price contract commencing around July 12, 2026, and a request for proposal (RFP) expected to be issued on March 20, 2026. Interested vendors should submit their capabilities statement, including their business size, UEI, and CAGE Code, to Joel Greer at joel.m.greer.civ@army.mil by April 19, 2026.
    Medical Physics Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a federal contract titled "Medical Physics Testing," which is set aside for small businesses under NAICS code 541990. The objective of this procurement is to provide medical physics testing services, with the contract performance taking place at Fort Campbell, Kentucky. This service is crucial for ensuring the quality and safety of medical, dental, and veterinary equipment and supplies. 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. Offerors are encouraged to review all attached documents for additional details and clarifications regarding the solicitation.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil for further details regarding this opportunity.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Directed Medical Services for the Department of Labor, Office of Workers' Compensation Programs (OWCP), Division of Federal Employees Compensation (DFEC) program
    Labor, Department Of
    The Department of Labor (DOL) is seeking contractors to provide Directed Medical Services for the Office of Workers' Compensation Programs (OWCP), specifically for the Division of Federal Employees Compensation (DFEC) program. The objective of this procurement is to establish a nationwide network of medical specialists to facilitate timely adjudication of workers’ compensation claims through services such as second opinion examinations (SECOP), independent medical examinations (IME), and case file reviews. These services are crucial for accurately diagnosing work-related medical conditions and determining disability and permanent impairment levels for claimants across the United States and its territories. Interested parties should note that the proposal due date has been extended to December 19, 2025, with a contract period starting from March 28, 2026, and extending through March 27, 2031. For further inquiries, potential bidders can contact Kristen Hines at Hines.Kristen.A@Dol.Gov or Emily Bear at bear.emily.e@dol.gov.
    RFP - Medical Evaluations and Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Evaluations and Services. This contract aims to provide professional occupational health services through a nationwide patient physician network, ensuring medical examinations and related services for prospective and current FBI employees, which are critical to supporting the agency's global mission. The contract will span a 12-month base year with four additional option years and a potential six-month extension, emphasizing compliance with federal regulations and security standards. Interested contractors should direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rebruce@fbi.gov, with proposals due by January 14, 2026.