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
    NIOSH- Compucom Inc Hardware and Software
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source contract to CompuCom Inc. for hardware and software maintenance services. This procurement is aimed at supporting the National Institute for Occupational Safety and Health's (NIOSH) OpenText ApplicationXtender/WebXtender imaging software suite and Kodak i2900 scanners, which are critical for the Coal Workers’ Health Surveillance Program (CWHSP). The maintenance agreement is essential to ensure the continued operation of the CWHSP archive system, as CompuCom is the exclusive OEM-authorized provider for the necessary software and hardware, making them the only viable source for this support. Interested parties may submit responses by December 15, 2025, at 10:00 a.m. EST to Ashley Williams at dal3@cdc.gov, although the government reserves the right to determine whether to pursue a competitive procurement based on these responses.
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    Notice of Limited Source Award to Waters
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is issuing a Notice of Limited Source Award for the procurement of a liquid chromatograph tandem mass spectrometer and associated maintenance services. This requirement is being fulfilled on behalf of the National Institute for Occupational Safety & Health (NIOSH), Respiratory Health Division (RHD), highlighting the critical need for advanced laboratory equipment in occupational health research. The contract period is set from June 1, 2023, to May 31, 2024, with the possibility of two additional one-year extensions, and the intended recipient of this award is Waters Technologies, Inc. Interested parties can reach out to Abbie Jemmott at ygf3@cdc.gov or by phone at 412-386-6433 for further details.
    RFP - Medical Evaluations and Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Evaluations and Services. This contract aims to provide professional occupational health services through a nationwide patient physician network, ensuring medical examinations and related services for current and prospective FBI employees in support of the agency's global mission. The contract will span a base year of 12 months, with four additional option years and a potential six-month extension, emphasizing compliance with federal regulations and security standards. Interested contractors should direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rbruce@fbi.gov, with proposals due by January 14, 2026.
    Bruker timsTOF Pro mass spectrometer and nanoElute UPLC system annual maintenance service agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price contract to Bruker Scientific LLC for an annual maintenance service agreement for the Bruker timsTOF Pro mass spectrometer and nanoElute UPLC system. This contract will cover preventative and remedial maintenance services necessary for compliance with the Quality Management System (QMS) within the Biotechnology Core Facility Branch (BCFB), ensuring the operational integrity of critical analytical equipment used for proteomics analysis. The anticipated period of performance for this contract is from February 2, 2026, to February 1, 2027, with two optional one-year extensions available. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at uex0@cdc.gov by 5:00 PM (ET) on December 26, 2025.
    World Trade Center Health Program - Comprehensive Cost Avoidance, Coordination of Benefits, and Recovery Program
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC) Office of Acquisition Services, is seeking sources for a Comprehensive Cost Avoidance, Coordination of Benefits, and Recovery Program for the World Trade Center Health Program (WTCHP). The program aims to enhance operational efficiency and control healthcare costs by implementing a robust insurance identification system, validating coordination of benefits, and recovering incorrectly paid claims, all while ensuring quality assurance and payment integrity. This initiative is critical for providing medical monitoring and treatment for responders and survivors of the 9/11 terrorist attacks, as mandated by the James Zadroga 9/11 Health and Compensation Act of 2010. Interested parties must submit their capability statements by 10:00 a.m. Eastern Standard Time on December 22, 2025, to the primary contact, Serina Allingham, at xog9@cdc.gov.
    Serological Assays for the Detection and Characterization of Influenza Viruses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for "Serological Assays for the Detection and Characterization of Influenza Viruses." The procurement aims to secure services for performing Hemagglutinin Inhibition (HAI) assays on approximately 6,000 human samples annually, with the potential for surge support up to 10,500 tests, alongside the development of new high-throughput serology assays. This initiative is crucial for enhancing the CDC's capabilities in monitoring and responding to influenza outbreaks. Interested parties should note that the solicitation has been reopened, with key deadlines extended, and are encouraged to contact Jennifer Gartzke at jgartzke@cdc.gov for contractual inquiries. The contract will span a base period of 12 months with four additional option years, and all work must comply with Section 508 accessibility standards.
    LSJ for DHIS Management and Consulting Services MOD 00002
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to modify an existing contract for DHIS Management and Consulting Services under Task Order 75D30122F15055. The modification, labeled as MOD 00002, aims to increase the level of effort for Task 4.4.4 and reclassify Task 4.4.5 as an optional task for both base and option periods, reflecting the need for enhanced support due to the involvement of multiple stakeholders in related programs. This procurement is crucial for the effective management of the CDC Data Hub and Electronic Case Reporting initiatives, ensuring that the necessary resources are allocated to meet the demands of these programs. Interested parties can reach out to Marie Bartkevicius at vgj6@cdc.gov or 770-488-8493, or Lauren Peel at ijt9@cdc.gov or 770-488-2649 for further information regarding this opportunity.
    A--Study Coordinating Center for Lung Health Cohort
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking small businesses to participate in a Sources Sought notice for the establishment of a Study Coordinating Center for the Lung Health Cohort. The objective of this procurement is to identify qualified entities that can provide research and development services in the health sector, particularly focusing on lung health. This initiative is crucial for advancing understanding and treatment of lung-related health issues, which have significant implications for public health. Interested parties can reach out to Lynn M. Furtaw at lynn.furtaw@nih.gov or call +1 301 435 0330 for further information regarding this opportunity.
    Geneious Prime Enterprise Licenses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price contract to Graphpad Software LLC for the procurement of Geneious Prime Enterprise Academic Yearly Subscription, covering 200 seats. This software licensing is critical as it is integrated into several validated CLIA test protocols, and the government is unable to modify these protocols due to time and cost constraints. The anticipated period of performance for this contract is from February 23, 2026, to February 22, 2031, with the possibility of four one-year option periods. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at xur0@cdc.gov by 5:00 PM (ET) on December 16, 2025.