Environmental Health and Safety Services Support
ID: PSC-FOH-EHSS-PSC337177Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFOFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION (ASA)PROGRAM SUPPORT CENTER ACQ MGMT SVCROCKVILLE, MD, 20857, USA

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL CONSULTING AND LEGAL SUPPORT (F115)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Health and Human Services (HHS) is seeking proposals for Environmental Health and Safety Services Support through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to provide comprehensive occupational safety and environmental health services to support the Federal Occupational Health (FOH) program, enabling consultative assistance to federal agencies across the United States and its territories. The contractor will be responsible for delivering a range of services, including environmental assessments, safety plan development, and compliance training, with a contract value estimated between $1,000 and $33 million over a five-year period from March 2025 to March 2030. Interested parties should direct inquiries to Ivan Mora-Juarez at ivan.mora-juarez@psc.hhs.gov or Saundra Kpadeh at saundra.kpadeh@psc.hhs.gov, with proposals due by January 22, 2025.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for Environmental Health and Safety Support Services issued by the Department of Health and Human Services (HHS) through its Program Support Center (PSC). It details an Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically for providing consultation, oversight, and technical expertise in occupational safety and environmental health for federal employees from March 2025 to March 2030, with a minimum contract value of $1,000 and a maximum of $33 million. The contractor is expected to deliver comprehensive assessments, develop safety plans, conduct environmental sampling, and provide training related to compliance with health regulations. Specific job categories under this contract include positions such as Certified Health Physicists, Environmental Health Specialists, and Certified Industrial Hygienists, with varying qualification requirements based on experience levels. Overall, the RFP emphasizes the necessity of enhancing workplace safety and health, optimizing resource allocation while adhering to federal standards, and supporting the Federal Occupational Health program's goals. This procurement is significant in ensuring the health and safety of the federal workforce across the United States and its territories.
    The government solicitation document outlines a Request for Proposal (RFP) for Environmental Health and Safety Support Services from the Department of Health and Human Services (HHS). The contract, identified as an Indefinite Delivery Indefinite Quantity (IDIQ) contract, is to provide professional services related to occupational and environmental health for federal employees from March 6, 2025, to March 5, 2030. The total contract value is estimated to range from a minimum of $1,000 to a maximum of $33 million. The contractor is expected to deliver various services, including assessments of environmental health hazards, development of safety plans, facilitation of compliance with standards, and the oversight of asbestos and lead abatement projects. Additionally, professionals in multiple disciplines—such as hazardous materials managers, certified health physicists, and certified safety professionals—are required. The document articulates the need for high-quality, reliable service delivery while maintaining compliance with federal occupational health policies. Proposals must demonstrate expertise in environmental health and safety practices, and prioritize the health and safety of federal employees through consultative support and effective hazard management.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures and guidance the PSC/FOH will use to evaluate contractor performance under a Time and Materials contract. The QASP functions as a living document, subject to iterative updates from either the Contractor or the Government. It specifies the roles and responsibilities of government officials involved in monitoring the contractor's work, including the Contracting Officer, Contracting Officer's Representative (COR), and Project Manager, who collectively oversee contract compliance and performance evaluation. Key components include performance standards that contractors must meet, such as quality, completeness, accuracy, and timeliness of deliverables, with a strict expectation of 100% compliance. The QASP establishes a surveillance methodology to assess performance, requiring quarterly performance evaluations and annual feedback. Furthermore, any deficiencies identified during evaluations must be corrected by the Contractor at no additional cost to the government. Overall, the QASP is a vital tool for ensuring that government contracts achieve the intended outcomes while maintaining accountability and quality controls throughout the contract duration, framing a clear structure for performance assessment in alignment with government RFPs and grants.
    The Contractor Non-Disclosure Agreement (NDA) outlines the obligations of contractors and subcontractors accessing non-public information from the Department of Health and Human Services (HHS) under a specified contract. Key responsibilities include adhering to HHS security and privacy policies, completing relevant annual training (including HIPAA), and using information solely for contract purposes without unauthorized disclosure. The document emphasizes the protection of HHS sensitive information, which includes data that requires confidentiality due to potential risks. Violations may lead to civil and criminal penalties, governed by specific laws such as the Privacy Act and the E-Government Act. Signed copies of the NDA are required for proper record-keeping among involved parties. This agreement is vital in ensuring compliance with federal regulations and safeguarding sensitive government information in the context of RFPs and contracts.
    The document outlines guidelines for contractors to conduct a self-assessment regarding their performance on federal contracts. It emphasizes the importance of providing detailed narratives and ratings across multiple evaluation areas, including Quality, Schedule, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance. Each category requires a rating among Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory, accompanied by comments to substantiate these ratings. The definitions of each rating elucidate the criteria needed to justify these performance evaluations. Significant events benefiting the government warrant higher ratings, whereas serious issues indicate lower ratings. The purpose of this self-assessment is to evaluate contractor performance comprehensively, ensuring accountability and promoting quality in government contracting, vital for federal grants and local RFPs.
    The document outlines Solicitation 75P00125R00010, seeking proposals for Environmental Health and Safety Support Services from March 6, 2025, to March 5, 2030. It details the financial allocations across various categories including labor, travel, and other direct costs (ODC), projecting a total investment of approximately $4.56 million over the five-year period. The solicitation specifies various professional roles and their requisite hours, such as Certified Industrial Hygienists and Environmental Project Management Analysts, aimed at ensuring comprehensive environmental safety oversight. Each category lists hours worked and associated hourly rates, pointing to a structured approach to meet environmental health standards. This initiative highlights the federal government’s commitment to maintaining safety and compliance in environmental health practices, aligning with broader regulatory requirements. The solicitation serves as a framework for contractors to deliver essential support services and achieve the outlined safety objectives effectively throughout the project duration.
    The Department of Health and Human Services (HHS) is soliciting past performance information for the "Environmental Health and Safety Support Services" project, with a due date of January 22, 2025. The Past Performance Questionnaire aims to assess contractors based on their previous project experiences. The evaluation includes both specific performance criteria and general performance measures, such as quality of service, schedule adherence, cost control, business relations, management of key personnel, and small business utilization. Evaluators will assign ratings from "Exceptional" to "Unsatisfactory" and provide comprehensive comments to support their assessments. Additionally, the document references the Contractor Performance Assessment Reporting System (CPARS) to standardize the performance ratings used for federal evaluations. This process is essential for ensuring that selected contractors can effectively deliver services essential to the safety and health sectors, reinforcing government accountability and efficiency in service procurement.
    The document outlines requirements related to a government Request for Proposals (RFP), specifically addressing contractors' qualifications for overseeing asbestos abatement projects and environmental health services. Contractors must possess state-specific licenses for asbestos-related work, ensuring compliance with regulatory standards. The preferred certification for Environmental Health Specialists is from the National Environmental Health Association (NEHA), though other valid certifications may also be acceptable. Additionally, the proposal allows for using a 10-point font size and single-spacing in tables and figures. Notably, proof of current credentials for personnel does not count toward the proposal's 20-page limit, facilitating the inclusion of essential certification details. Overall, the RFP emphasizes the importance of qualified personnel and adherence to regulatory standards in the performance of environmental health and safety projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    Program and Administrative Support Services for the Office of Global Affairs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Office of the Assistant Secretary for Administration, is seeking proposals for Program and Administrative Support Services for the Office of Global Affairs. The objective of this procurement is to provide essential professional support services that facilitate the operations and initiatives of the Office of Global Affairs. These services are crucial for ensuring effective management and coordination of global health programs and policies. Interested parties can reach out to Azeb Mengistu at azeb.mengistu@psc.hhs.gov or by phone at 301-492-4653 for further details regarding this opportunity.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    Proactive Health Office (PHO) Mission Office Innovative Solutions Opening (ISO)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Advanced Research Projects Agency for Health (ARPA-H), is soliciting innovative solutions aimed at enhancing the healthspan and health outcomes of Americans by focusing on proactive health measures. The Proactive Health Office (PHO) seeks proposals that address population-level improvements in disease prevention, early detection methods, and system-level innovations for effective health delivery, emphasizing revolutionary advances rather than incremental improvements. This opportunity is critical for fostering advancements in public health and requires adherence to specific administrative and national policy guidelines, including intellectual property rights and research security measures. Interested parties must submit a Solution Summary by March 5, 2029, and can find further details and submission links at https://solutions.arpa-h.gov, with inquiries directed to the same site.
    Q--Presolicitation Notice for OST HRP
    Energy, Department Of
    The Department of Energy (DOE), specifically the National Nuclear Security Administration (NNSA), is preparing to solicit proposals for medical services to support the Office of Secure Transportation's Human Reliability Program (HRP). This program is critical for ensuring that individuals with access to nuclear materials meet stringent reliability and suitability standards, necessitating comprehensive medical evaluations and ongoing monitoring for over 400 federal agents and staff. The anticipated solicitation, set aside for eligible 8(a) small businesses, is expected to be issued in December 2025, with a contract award planned for April 2026. Interested vendors can direct inquiries to Johnny Julius Montano at johnny.montano@nnsa.doe.gov, and the contract type is anticipated to be a Hybrid Firm Fixed Price/Time-and-Materials arrangement under NAICS code 621999.
    Health Science Futures (HSF) Mission Office Innovative Solutions Opening (ISO)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Advanced Research Projects Agency for Health (ARPA-H), is soliciting proposals for the Health Science Futures (HSF) Mission Office Innovative Solutions Opening (ISO). This initiative aims to gather innovative solutions that address future healthcare challenges, focusing on groundbreaking research in areas such as maternal/fetal medicine, genetic therapies, chronic diseases, and mental health, while excluding proposals for incremental advances or clinical trials. Proposers are required to submit a Solution Summary for initial feedback, followed by a detailed proposal that adheres to updated administrative and national policy requirements, including compliance with ethical research guidelines and research security disclosures. Interested parties should submit their proposals via the designated ARPA-H portal, with specific deadlines and further details available through the provided links.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    World Trade Center Health Program - National Program Administrator
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for the role of National Program Administrator (NPA) for the World Trade Center Health Program (WTCHP). The NPA Contractor will be responsible for providing care coordination services to responders and survivors living outside the New York Metropolitan Area, including establishing a nationwide network of healthcare providers for monitoring and treatment benefits as mandated by the James Zadroga Health and Compensation Act. This acquisition is critical for ensuring comprehensive member support, appointment scheduling, medical benefit management, and case management services, with a contract period starting in March 2026 and extending through March 2031, including a base year and four option years. Interested offerors must submit questions by January 5, 2026, and proposals by January 30, 2026, with further inquiries directed to Megan Kelly at xvp9@cdc.gov or Liubov Kriel at vyh1@cdc.gov.
    Scalable Solutions Office (SSO) Mission Office Innovative Solutions Opening (ISO)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Advanced Research Projects Agency for Health (ARPA-H), is soliciting proposals for the Innovative Solutions Opening (ISO) under the Scalable Solutions Office (SSO). This initiative aims to develop innovative solutions that enhance healthcare access, affordability, and distribution, particularly in underserved communities, while addressing challenges in biomanufacturing and health technology distribution. The solicitation is open until March 5, 2029, and encourages submissions from academia, non-profits, and for-profit entities, with multiple awards anticipated as Other Transactions. Interested parties must submit a Solution Summary for initial feedback before proceeding with a full proposal, adhering to strict guidelines on intellectual property, research security, and cost proposal requirements. For further details, proposers can reach out through the designated submission portals and must ensure compliance with the updated administrative and national policy requirements outlined in the solicitation documents.