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, 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.
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.
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.
INTEGRA SUPPLIES
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking competitive proposals for the procurement of Integra Supplies related to the GRIPTIP 4000, a specialized tool designed to enhance grip and control in laboratory applications. The procurement includes essential items such as microcentrifuge tube racks, pipettes, and sterile filter tips, which are critical for day-to-day testing in molecular and diagnostic laboratories that require extensive validation processes. This contract, categorized under NAICS code 621511 for medical laboratories, is vital for supporting the CDC's laboratory operations in infectious disease research and response, emphasizing the federal commitment to public health. Interested vendors must submit their quotes by April 21, 2025, with the contract duration set for six months, and can contact Sandra Adams at ab41@cdc.gov or Maria Jaine A. Sipin at msipin@cdc.gov for further information.
ADULT COVID-19 2025-2026
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking proposals for one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts to purchase U.S.-licensed COVID-19 vaccines specifically for adults aged 19 and older. The objective of this procurement is to leverage Section 317 vaccine purchase funds to acquire vaccines at prices lower than those available in the commercial market, thereby supporting state and local health departments in immunizing populations at risk of under-vaccination. This initiative is crucial for enhancing adult immunization coverage and ensuring effective public health practices, as the awarded vaccines will be distributed to health departments and programs across the United States, including territories. Interested suppliers should contact Brian Swann at qty0@cdc.gov or James Sprigler at zbs6@cdc.gov for further details, with a maximum procurement potential of 10 million doses and specific ordering requirements outlined in the solicitation documents.
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 seeking proposals for a contract to provide serological assays for the detection and characterization of influenza viruses. The contract will involve performing hemagglutination inhibition (HAI) assays on approximately 6,000 human serum samples annually, with the potential for increased testing capacity during outbreaks, and aims to enhance influenza surveillance and vaccine effectiveness studies. This procurement is critical for bolstering public health response capabilities, ensuring high-throughput testing services, and fostering innovation in serological assay methods. Interested parties should note that the solicitation is currently suspended, and inquiries should be directed to Vic Veguilla at the CDC via email at jgartzke@cdc.gov for further information.
Vaccines for Adults
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to establish one or more Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts for the procurement of standard commercial adult vaccines. The primary objective of this initiative is to utilize Section 317 vaccine purchase funds to provide vaccines at prices lower than those available in the commercial marketplace, specifically targeting state and local health departments to serve populations at high risk for under-vaccination. This procurement is crucial for enhancing adult immunization coverage and ensuring effective immunization practices in alignment with public health initiatives. Interested parties can contact James Sprigler at zbs6@cdc.gov or Chad Turner at ukr9@cdc.gov for further information, with the contract performance period set from July 1, 2025, to June 30, 2026.
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.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including both active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years with a maximum value of $1.61 billion, focusing on maintaining the health and operational readiness of service members through assessments, treatments, and logistical support for scheduling services. This initiative is critical for ensuring that military personnel remain medically ready for deployment, aligning with federal health standards and regulations. Interested contractors must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
FDA NCTR On-Site Pathology Services
Buyer not available
The U.S. Food and Drug Administration (FDA) is preparing to solicit comprehensive on-site animal pathology services for its National Center for Toxicological Research (NCTR) to support its research programs aimed at public health protection. The required services will encompass a variety of pathology support tasks, including necropsies, histopathology, and specialized techniques such as immunohistochemistry and respiratory pathology, as dictated by research protocols from Principal Investigators. This opportunity is significant for businesses in the professional, scientific, and technical services sector, with the solicitation number 75F40125R00059 expected to be released around April 30, 2025, and a closing date set for 30 days post-release. Interested parties should monitor SAM.gov for updates and can contact Tim Walbert at timothy.walbert@fda.hhs.gov or 870-543-7267 for further information.