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
  1. 1
    Posted Dec 17, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 23, 2024, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 7:00 PM UTC
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
Dec 23, 2024, 1:04 PM UTC
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.
Dec 23, 2024, 1:04 PM UTC
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.
Dec 23, 2024, 1:04 PM UTC
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.
Dec 23, 2024, 1:04 PM UTC
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.
Dec 23, 2024, 1:04 PM UTC
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.
Dec 23, 2024, 1:04 PM UTC
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.
Dec 23, 2024, 1:04 PM UTC
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.
Dec 23, 2024, 1:04 PM UTC
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
Solicitation
Similar Opportunities
Return to Office Design Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals from qualified small businesses for Return to Office Design Services. The primary objective of this procurement is to assist the NIH's Office of Research Services in optimizing workspace efficiency, managing facilities, and implementing cost-saving measures through the repurposing of underutilized areas, while providing strategic recommendations for long-term space utilization. This contract, which is set aside for small businesses under NAICS code 561499, will cover a base year from July 1, 2025, to June 30, 2026, with options for two additional years, and emphasizes compliance with federal guidelines and sustainability goals. Interested parties should contact Isaac J. Bellamy at isaac.bellamy@nih.gov for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ
Buyer not available
The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking proposals for the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract aims to provide analytic support and technical assistance for healthcare models and demonstration programs under the Affordable Care Act, focusing on reducing expenditures for Medicare, Medicaid, and CHIP beneficiaries while maintaining or improving the quality of care. The contract has a maximum ceiling of $3.5 billion over its duration, with a minimum order threshold of $1,500, and will involve tasks such as data analysis, stakeholder engagement, and program evaluations. Interested parties must submit their proposals by the revised deadline of May 6, 2025, and can direct inquiries to Melanie Suris-Rodriguez at RMADA3@cms.hhs.gov.
Office-Wide Innovative Solutions Opening for Health Science Futures (HSF)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health's Advanced Research Projects Agency for Health (ARPA-H), is soliciting proposals for the Innovative Solutions Opening (ISO) aimed at advancing healthcare technologies. This initiative seeks innovative, disease-agnostic research projects that can significantly improve health outcomes, focusing on areas such as maternal and fetal health, genetic therapies, and novel diagnostic tools. The solicitation emphasizes the development of transformative solutions rather than incremental research, with submissions required to follow a two-step process: an initial solution summary followed by a full proposal based on feedback received. Interested parties must submit their solution summaries by March 3, 2029, via the designated ARPA-H portal, and are encouraged to review the detailed submission guidelines outlined in the provided documentation.
Office-Wide Innovative Solutions Opening for Proactive Health Office (PHO)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health's Advanced Research Projects Agency for Health (ARPA-H), is soliciting innovative research proposals aimed at enhancing health outcomes via the Proactive Health Office (PHO). The initiative focuses on developing solutions that prioritize disease prevention, early intervention, and scalable wellness-promoting behaviors, moving away from traditional reactive healthcare models. This opportunity is significant for entities capable of delivering transformative health solutions, with proposals evaluated based on scientific merit and relevance, and funding potentially awarded through Other Transactions or Cooperative Agreements. Interested parties must submit a mandatory solution summary by March 3, 2029, and can direct inquiries to the designated contact via the provided submission platforms.
OPTN Next Generation IT - Multiple Award Blanket Purchase Agreement (MA-BPA)
Buyer not available
The Department of Health and Human Services (HHS) is seeking vendors to support the modernization of the Organ Procurement and Transplantation Network (OPTN) through a Multiple Award Blanket Purchase Agreement (MA-BPA). This procurement aims to provide expert services in areas such as product management, Human-Centered Design, agile application development, and systems security to enhance the OPTN's IT infrastructure, which is crucial for managing organ donation and transplantation processes in the United States. The total estimated value of this contract is approximately $185 million over five years, contingent upon funding availability, with the deadline for quote submissions extended to June 26, 2025. Interested parties can reach out to Emily Graham at egraham@hrsa.gov for further inquiries.
World Trade Center Health Program - Outreach and Education
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking contractors for the World Trade Center Health Program's Outreach and Education initiative. The primary objective is to implement targeted outreach, education, and support services for 9/11 survivors and responders, enhancing awareness and access to health benefits related to their exposure. This program is crucial for addressing the long-term health impacts of the September 11 attacks, as it currently serves over 125,000 members and aims to increase enrollment among the estimated 400,000 individuals affected. Interested contractors should note that the solicitation number is 75D30125Q00092, with a contract period from June 15, 2025, to June 14, 2030, and inquiries can be directed to Lauren Peel at ijt9@cdc.gov or Joseph Jones at zjb2@cdc.gov.
Solicitation - World Trade Center Health Program - Survivor Clinical Center of Excellence
Buyer not available
The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is soliciting proposals for the Survivor Clinical Center of Excellence (CCE) to provide healthcare services to eligible survivors of the September 11, 2001, terrorist attacks in the New York Metropolitan Area. The contract aims to deliver comprehensive health monitoring, diagnosis, and treatment services, ensuring that the unique health needs of these individuals are met effectively. This initiative is critical for supporting the ongoing health and well-being of survivors, as it is authorized under the James Zadroga 9/11 Health and Compensation Act of 2010. Proposals are due by May 5, 2025, with a question-and-answer phase concluding on April 11, 2025; interested parties can contact Serina Allingham at xog9@cdc.gov or Patrick Winders at vxx6@cdc.gov for further information.
Provide In Person and Virtual Training - Immunization
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking a contractor to provide in-person and virtual training focused on immunization for healthcare professionals serving American Indian and Alaska Native communities. The primary objective of this procurement is to enhance the capacity of IHS staff to promote immunization uptake and reduce the risk of infectious diseases through effective training programs. This initiative is crucial for addressing health disparities and improving public health outcomes within these vulnerable populations. Interested contractors must submit their quotes by 12:00 PM EST on April 18, 2025, and direct any inquiries to Contract Specialist Darryl Smith at darryl.smith@ihs.gov. The contract includes a one-year base period with an option for an additional year, and the evaluation will prioritize technical capability, key personnel qualifications, and past performance.
World Trade Center Health Program Third-Party Administrator (TPA)
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for a Third-Party Administrator (TPA) to manage the World Trade Center (WTC) Health Program. The TPA will be responsible for processing enrollment applications, managing provider networks, administering medical benefits, and handling claims for individuals affected by the September 11 attacks. This program is crucial for providing healthcare services to approximately 132,000 members, ensuring they receive necessary medical monitoring and treatment for WTC-related conditions. Interested offerors must submit their proposals by April 11, 2025, with a pre-proposal conference scheduled for January 22, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
Medical Expenditure Panel Survey - Medical Provider Component
Buyer not available
The Department of Health and Human Services, through the Agency for Healthcare Research and Quality (AHRQ), is seeking proposals for a contract related to the Medical Expenditure Panel Survey (MEPS) Medical Provider Component (MPC). The primary objective of this procurement is to collect and analyze data on healthcare utilization and expenditures from various medical providers, including hospitals, physicians, and pharmacies, to enhance the accuracy of national medical expenditure estimates. This data is crucial for informing healthcare policy and improving the understanding of healthcare costs and services in the United States. Interested organizations must submit their proposals by April 24, 2025, and can direct inquiries to Tara Bertolini at tara.bertolini@ahrq.hhs.gov or Jessica Alderton at jessica.alderton@ahrq.hhs.gov. The contract will have a base period of four months, with four optional extensions of 20 months each.