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
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 7:00 PM UTC
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
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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 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.
75N93025R00013 - Medical Residents for NIH's Clinical Center
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH), is soliciting proposals for the provision of Medical Residents at its Clinical Center in Bethesda, Maryland. The contract, structured as a Multiple Award Indefinite Quantity contract, aims to enhance clinical care for adult and pediatric inpatients involved in NIH research, requiring contractors to supply up to four postgraduate medical residents daily for a minimum of 80 hours per week. Proposals must be submitted by April 14, 2025, with a total funding range between $2,000 and $7,500,000 over the performance period from May 31, 2025, to May 30, 2030. Interested parties should direct inquiries to Sevag Kasparian or Maya Joseph via their provided emails for further clarification on the solicitation documents.
Occupational Health Exams
Buyer not available
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.
Shared Space and Support Services, San Diego
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 firm fixed price contract to the County of San Diego for shared use of a facility and support services for the US/Mexico Unit and San Diego Quarantine Station. The contract will cover essential services such as installation and maintenance of communication systems, computer support, and building services, which are crucial for facilitating in-person collaboration between CDC staff and the County's Public Health Department. This collaboration is vital to the CDC's mission, with the contract period set from September 1, 2025, to August 31, 2026, and options for two additional one-year extensions. Interested parties should submit their responses to the contract specialist, Taylor Wellman, at xur0@cdc.gov by 5:00 PM (ET) on April 4, 2025.
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.
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 objective of this procurement is to support the CDC's Influenza Division by conducting hemagglutination inhibition assays on approximately 6,000 human serum samples annually and developing new serology platforms to enhance testing capabilities. This contract is critical for improving influenza surveillance and vaccine effectiveness studies, ensuring timely and accurate public health responses. Interested vendors should note that the new ship date for assays is March 31, 2025, with results due by April 15, 2025, and can contact Jennifer Gartzke at jgartzke@cdc.gov or 404-498-0020 for further information.
Medical Services - Anaconda Job Corps Center; Anac
Buyer not available
The USDA Forest Service is seeking proposals for medical services at the Anaconda Job Corps Center in Anaconda, Montana. The contract will require the provision of basic health services, including examinations, treatment, prescriptions, and health monitoring by licensed medical professionals over a five-year period, commencing on May 12, 2025. This initiative is crucial for ensuring the health and well-being of youth participating in the Job Corps program, which aims to provide educational and vocational training. Interested parties should contact Louis D. Lieb at louis.lieb@usda.gov or call 303-275-5393 for further details, and proposals must adhere to federal acquisition regulations with a focus on technical capability and past performance.
Notice of Intent to Sole Source - Optimoz Inc
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to negotiate a sole source contract with Optimoz Inc. for operations and maintenance support services related to the Virgin Islands’ Immunization Information System (IIS). This procurement aims to enhance the functionality and operational efficiency of IISs, which are critical for assessing vaccination rates and managing public health interventions to prevent vaccine-preventable diseases. The contract is justified under FAR 6.302-1, as Optimoz Inc. is the only vendor capable of providing these services without causing disruption or inefficiency in the existing IIS framework. Interested parties may submit capability statements or proposals to Matthew Nelson at mnelson2@cdc.gov by April 11, 2025, at 4:30 PM EST for consideration.
Bag-In/Bag-Out
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is soliciting proposals for Bag-In/Bag-Out Filter Maintenance and Replacement Services, with a focus on small business participation. The contractor will be responsible for monitoring and maintaining various filter systems, including those in the David P. Rall Building and the Waste Handling Facility, ensuring compliance with environmental health standards and safety protocols. This contract is crucial for maintaining operational efficiency and safety in NIH facilities, with proposals due by April 4, 2025, following a site visit scheduled for March 26, 2025. Interested parties should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further information.
Purchase of Lab Supplies
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide various lab supplies, including cleaning and sanitation products, under solicitation number 75N98025Q00021. The procurement aims to ensure the NIH is equipped with essential supplies such as paper towels, disinfectant wipes, and hand soap, which are critical for maintaining hygiene and safety in healthcare environments. This opportunity includes a partial small business set-aside, encouraging participation from small businesses, including service-disabled veteran-owned and women-owned enterprises, with a focus on timely delivery within a 10-day timeframe. Interested vendors must submit their quotes via email by 4:30 PM Eastern Daylight Time on April 9, 2025, and can direct inquiries to Carol Hayden at haydenc@od.nih.gov.