Medical Services NIOSH Morgantown, WV
ID: 75D30125Q00070Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

NAICS

All Other Outpatient Care Centers (621498)

PSC

MEDICAL- OTHER (Q999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals from qualified small businesses to provide medical services for employees at the National Institute for Occupational Safety and Health (NIOSH) in Morgantown, West Virginia. The contract will encompass a range of medical services, including physical examinations, medical surveillance programs, and emergency preparedness support, with an estimated 150 annual physical exams and various specialized health assessments required over a five-year period. This procurement is critical for ensuring the health and safety of CDC employees, particularly those exposed to hazardous materials and laboratory environments. Interested offerors must submit their proposals by 2:00 PM EST on January 31, 2025, and direct any inquiries to Joseph Butkus at jbutkus@cdc.gov.

    Point(s) of Contact
    Joseph Butkus
    jbutkus@cdc.gov
    Mark Draluck
    mdraluck@cdc.gov
    Files
    Title
    Posted
    The Statement of Work outlines the requirements for medical services at the National Institute of Occupational Safety and Health (NIOSH) in Morgantown, WV, for a multi-year contract starting March 1, 2025, with options to extend through 2030. The contractor will provide various medical services, including physical examinations, medical monitoring, and emergency preparedness support for CDC employees involved in high-stakes incident management. The key objectives include conducting an estimated 150 annual physical exams, maintaining medical records, and ensuring the immediate availability of services within 20 miles of the facility. Services also extend to specialized tests such as respirator evaluations, hearing conservation, and immunization programs tailored to various employee demographics. The contractor is expected to adhere to privacy and information security standards, provide regular reporting on services rendered, and ensure the confidentiality of employee medical records. The scope emphasizes compliance with federal safety regulations, medical oversight, and structured administrative support. This project highlights the government's commitment to safeguarding employee health and preparedness in emergency scenarios while ensuring regulatory compliance and efficient operations.
    The document pertains to a federal Request for Proposal (RFP) regarding pricing for various medical services required over a specified contract duration. Offerors are asked to provide pricing for a range of services, which encompass both physical exams, specifically for non-emergency and emergency personnel, as well as additional medical evaluations and assessments pertinent to responder readiness. This includes items like post-deployment health assessments, respirator evaluations, and various health screenings including influenza vaccinations and hearing tests. The RFP requests detailed pricing for the base year and up to four option years, emphasizing the importance of financial transparency and accountability in the procurement of essential health services for employees involved in emergency response and readiness. The document's focus reflects the federal government’s commitment to ensuring the health and preparedness of its personnel through structured health evaluations and ongoing medical support.
    The document outlines clauses and provisions incorporated by reference and full text in government contracts, specifically focusing on compliance with Federal Acquisition Regulation (FAR) requirements for commercial products and services. Key clauses include the System for Award Management maintenance, electronic submission of payment requests, and various regulations related to equal employment opportunities, waste reduction, and accessibility standards under Section 508. It emphasizes contractor obligations to uphold laws concerning internal confidentiality, telecommunications, and subcontracting policies, ensuring adherence to established standards that protect the government’s interests. The section on contract options explains the government's rights to extend services and contract terms, ensuring contractors are aware of their responsibilities. It further details requirements for the management of federal records, the importance of compliance with the Health Insurance Portability and Accountability Act (HIPAA), and the necessity for a smoke-free work environment in government facilities. Accessibility standards for information and communication technology are also mandatory, mandating that contractors provide compliance documentation. This document serves as a comprehensive guide for contractors involved in federal RFPs, grants, and related services, ensuring a robust framework for compliance and operational standards.
    The Laboratory Animal Allergy Questionnaire is designed to assess potential allergic reactions among employees who work with laboratory animals. It collects various personal and occupational information, such as age, sex, job title, and contact hours with different animal species. The questionnaire specifically inquires about symptoms related to allergies, asthma, prior allergic conditions, and usage of protective equipment. It also addresses the home environment, including indoor pets and chronic symptoms. Key points include a detailed history of animal contact, medical background surrounding allergies or asthma, and any self-reported symptoms. The document concludes with a medical recommendation section, guiding whether the employee is cleared for contact with research animals, with or without restrictions based on the respondent's allergy profile. The primary purpose of this questionnaire lies in ensuring workplace safety and evaluating the health impacts of exposure to laboratory animals, which is vital for compliance with health regulations in government RFPs and grants related to research environments.
    The document is a Report of Medical History (DD Form 2807-1) which is utilized by individuals seeking to join the U.S. Armed Forces. Its primary purpose is to collect detailed medical information to assist Department of Defense (DoD) physicians in assessing the medical acceptability of applicants for military service. The form is divided into several sections that request personal information, such as name, Social Security number, and medical history, including current medications, allergies, and past medical conditions. Applicants must mark "YES" or "NO" on numerous health-related questions, with any affirmative responses requiring further explanation. Topics covered include respiratory issues, neurological conditions, surgeries, and mental health history, ensuring a comprehensive review of each applicant's medical background. Moreover, the form emphasizes the confidentiality of the information collected, which is protected under federal law, and outlines the potential consequences of providing false information. This medical report is crucial for maintaining the health and operational readiness of military personnel, as it identifies any disqualifying medical conditions and supports medical evaluations for enlistment, retention, or separation processes. The document also includes a privacy statement, indicating the voluntary nature of the information disclosure, although failure to do so may hinder the application process.
    The document is a Report of Medical Examination, primarily serving as a health assessment tool for individuals seeking enlistment or retention in the Armed Forces. It collects personal identification details, including date of examination, name, social security number, address, and medical history. The report evaluates the examinee's overall health and includes specific assessments of various body systems—such as vision, hearing, cardiovascular, and musculoskeletal—using a standardized clinical evaluation format. Key sections address the purpose of examination, which may involve enlistment, retention, or retirement, and document any abnormal findings or medical conditions that could disqualify an applicant. The report incorporates laboratory findings, necessary physical measurements, and specialist recommendations if further evaluations are needed. It requires the signatures of the examining medical professionals and provides a standardized privacy statement regarding information use. As a crucial component of the military recruitment and medical evaluation process, this document ensures that applicants meet the health standards necessary for service, signifying the government's commitment to maintaining a fit and prepared military force. Its structured format allows for thorough documentation and easier assessment continuity.
    The Medical Clearance History Form serves as a comprehensive assessment tool for individuals seeking deployment on a CDC response team. It gathers detailed information on past medical and surgical histories, current medications, allergies, immunization records, and major body system reviews. The form requires individuals to disclose family medical histories and social habits, including substance use. To evaluate physical fitness, it includes sections for vital signs, clinical evaluations, and assessments of mental health. The form indicates necessary medical tests such as EKGs and spirometry for specific age groups and outlines potential health risks associated with deployment, such as physical and emotional stressors. A critical component is the provider's statement, determining the individual's capability for deployment based on their health status. This structured approach ensures that only qualified personnel undertake tasks that may involve health risks, thereby promoting safety and operational readiness within CDC response efforts. Overall, it emphasizes the importance of thorough medical evaluation in preparation for emergency response roles.
    The National Institute for Occupational Safety and Health (NIOSH) has implemented a comprehensive health surveillance program aimed at assessing and mitigating health risks for its employees potentially exposed to hazardous materials. A confidential health questionnaire has been developed to collect essential health information, enabling medical staff to tailor necessary tests and procedures for individual employees based on their work-related exposures. The questionnaire covers various sections, including personal health history, occupational injuries or illnesses, current job duties, potential exposures to hazardous substances, and family medical history. It also addresses work-related psychological stress and exposure to research laboratory animals. Employees are encouraged to provide details about their medical history, any allergies, and symptoms that may be linked to their work environment. Participation in this surveillance program is framed as a valuable job benefit, promoting health and safety within the workplace. The completed questionnaires are treated with confidentiality and are vital for maintaining accurate medical records. Overall, this initiative underscores NIOSH's commitment to employee health and safety through proactive monitoring of occupational health risks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    World Trade Center Health Program Third-Party Administrator (TPA)
    Buyer not available
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for a Third-Party Administrator (TPA) to support the World Trade Center (WTC) Health Program. The TPA will be responsible for managing enrollment applications, maintaining member information, overseeing provider networks, administering benefits, and processing medical claims for individuals affected by the September 11th attacks. This program is crucial for delivering comprehensive healthcare services to approximately 132,000 members, ensuring they receive the 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, and the contract period expected to commence on September 15, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
    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 a qualified third-party administrator (TPA) for the World Trade Center (WTC) Health Program. The TPA will be responsible for managing enrollment applications, maintaining member information, overseeing a call center, and processing medical claims related to WTC-related health conditions for individuals affected by the September 11th attacks. This program is crucial for providing medical monitoring and treatment to eligible participants, ensuring they receive the necessary care and support. Interested parties should note that the solicitation is anticipated to be released on January 16, 2025, with proposals due by April 11, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
    Occupational Health Exams
    Buyer not available
    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 initiative is critical for maintaining compliance with federal health and safety regulations, including OSHA and HIPAA, while promoting participation from small and women-owned businesses. 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.
    Serological Assays for the Detection and Characterization of Influenza Viruses
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is soliciting proposals for a contract to provide serological assays for the detection and characterization of influenza viruses. The primary objectives include performing hemagglutination inhibition (HAI) assays on human serum samples and developing new serology assays, with an emphasis on high-throughput testing capabilities to enhance influenza surveillance and vaccine effectiveness studies. This procurement is critical for bolstering public health response capabilities during influenza threats, ensuring compliance with government regulations and performance metrics. Interested parties should contact Jennifer Gartzke at jgartzke@cdc.gov or 404-498-0020, with the Phase I interest submission deadline extended to February 21, 2025, and the contract's base period commencing on July 21, 2025.
    Synopsis of Proposed Contract Action
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole-source contract to Certified Technical Experts, Inc. for the development, enhancement, maintenance, and interoperability of medical coding systems. This procurement is critical as it ensures the effective management and application of medical coding, which is essential for healthcare data processing and interoperability. Interested parties are invited to respond within 15 days of the notice's issuance to express their capability for competitive procurement, with quotations due by COB March 20, 2025. For further inquiries, interested vendors can contact David Santimaw at zgm2@cdc.gov or Arianna Williams at xsm2@cdc.gov.
    Occupational Health Medical Surveillance Examination Services Onsite Delaware Army National Guard Installations
    Buyer not available
    The Department of Defense is seeking qualified vendors 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 relevant NAICS code being 621111 for Offices of Physicians (except Mental Health Specialists). 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.
    75N93025R00013 - Medical Residents for NIH Clinical Center
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is preparing to issue a presolicitation notice for a contract to provide Postgraduate Medical Residents at the NIH Clinical Center in Bethesda, Maryland. This contract aims to fulfill a new requirement for medical care for NIAID's adult inpatients, necessitating the provision of four medical residents daily, each dedicating approximately 80 hours of professional services weekly, with rotations lasting at least 28 consecutive days. The anticipated duration of the contract is 5.5 years, and proposals are expected to be submitted online around March 12, 2025, as part of an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Interested offerors are encouraged to participate in this full and open competition, and for further inquiries, they may contact Sevag Kasparian or Maya Joseph via their respective emails.
    CBP Request for Information (RFI) for CBP Medical Services (Pre/Post Employment)
    Buyer not available
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is seeking information from vendors regarding the provision of medical services for pre- and post-employment evaluations, including medical examinations, fitness testing, consultations, and drug testing. This Request for Information (RFI) aims to gather insights for future procurement decisions, emphasizing the need for board-certified physicians to ensure that personnel meet critical medical standards necessary for law enforcement roles within the agency's workforce of approximately 60,000 employees. Interested parties are encouraged to submit their capabilities and experiences by March 2025, with the contract anticipated to commence in November 2026. For further inquiries, vendors may contact Peter Giambone at peter.a.giambone@cbp.dhs.gov or Matthew Coniglio at matthew.coniglio@cbp.dhs.gov.
    CDC DFWED NARST Sensititre Supplies
    Buyer not available
    The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
    Aquarium Maintenance Service
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide aquarium maintenance services for its facilities in Bethesda, Maryland. The contract, which will run from May 1, 2025, to April 30, 2026, with four optional renewal years, requires the contractor to ensure the health and well-being of fish across eight aquaria, including both saltwater and freshwater tanks, which are integral to enhancing patient and staff comfort. Interested vendors must demonstrate experience in healthcare aquarium management, provide two references, and submit their proposals by February 7, 2025. For further inquiries, potential bidders can contact Tasha Lowe at lowet2@mail.nih.gov or Malinda Dehner at dehnerm@cc.nih.gov.