NH Guam - Neonatalogist / Neonatal Nurse Practitioner / Pediatric Hospitalist (24-Hr Coverage)
ID: HT941025R0003Type: Combined Synopsis/Solicitation
AwardedMar 18, 2025
$13M$12,992,027
AwardeeSEQUOYAH STAFFING AGENCY, LLC Orlando FL 32812 USA
Award #:HT941025C0003
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

General Medical and Surgical Hospitals (622110)

PSC

MEDICAL- PEDIATRIC (Q516)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, is seeking contractors to provide 24-hour Neonatology coverage at Naval Hospital Guam, starting January 20, 2025. The contract requires at least one Neonatologist and may include Neonatal Nurse Practitioners, ensuring a minimum of 48 hours of primary support weekly, along with continuous on-call availability. This initiative aims to enhance neonatal care in alignment with military healthcare needs, addressing the urgent requirement for qualified medical personnel in a critical pediatric service area. Interested parties must submit their proposals by January 28, 2025, and can contact Merlinda Labaco at merlinda.m.labaco.civ@health.mil for further information.

    Files
    Title
    Posted
    The Department of Defense's Defense Health Agency has issued a Performance Work Statement for the provision of 24-hour Neonatology coverage at Naval Hospital Guam, commencing January 20, 2025. This contract requires at least one Neonatologist and optional Neonatal Nurse Practitioners to deliver a minimum of 48 hours of primary support weekly while ensuring continuous on-call availability. The Contractor is tasked with safeguarding adequate care during employee absences and must provide on-call response within 30 minutes of being notified. Key responsibilities include attending monthly meetings, performing emergency neonatal services, and maintaining a high-quality standard as outlined in the Government's Quality Assurance Surveillance Plan. The positions require specific qualifications, including appropriate degrees, certifications, and relevant experience in a NICU setting. The contract integrates both personal and non-personal service elements, with an emphasis on the Contractor's accountability for maintaining coverage and compliance with various healthcare regulations. The overall aim of this initiative is to improve neonatal care in line with military healthcare needs.
    The document outlines the Performance Work Statement (PWS) for Neonatology Coverage at the Naval Hospital Guam, effective January 15, 2025. The Contractor is required to provide continuous 24-hour on-site neonatal care, including staffing no less than one Neonatologist and optionally Neonatal Nurse Practitioners (NNPs). A minimum of 48 hours of direct support is mandated weekly, with provisions for additional back-up coverage. The PWS emphasizes the importance of on-call availability, quality assurance performance standards, and management responsibilities for both the contractor and the U.S. government. Additionally, the document details specifications for qualifications and competencies for Neonatologists and NNPs, including educational credentials, certifications, and experience requirements. The Contractor must also present a Quality Control Plan, adhere to compliance with health regulations, and manage personnel without acting as personal service providers. The objective of the contract is to stabilize and treat neonates within the NICU while providing foundational support services. This initiative is part of the Department of Defense's effort to enhance operational capacity in neonatal care. The detailed specifications and quality control measures reflect a commitment to maintaining high standards of healthcare service delivery in a critical area of pediatric medicine.
    The Defense Health Agency is soliciting information for past performance validation of potential contractors for RFQ # HT941025R0003, which entails providing non-personal medical services at the US Naval Hospital in Guam. The positions required include 24-hour coverage Neonatologists and Nurse Practitioners specializing in Neonatal or Pediatric services. The questionnaire seeks detailed feedback from references regarding the contractor's past performance across various assessment categories, including the provision and retention of qualified healthcare workers (HCWs), timely fulfillment of contract terms, and overall contract management. Respondents are prompted to evaluate contractors on a scale ranging from Exceptional to Unsatisfactory based on their fulfillment of contract requirements. Key performance indicators encompass fill rates, turnover rates, and the ability to pre-plan for staffing changes. The document emphasizes the importance of assessing both the quality and efficiency of performance for subsequent competitive contracting opportunities, revealing the government’s focus on ensuring high-quality medical service delivery in sensitive roles. Interested parties must submit their evaluations via email by January 28, 2025.
    The RFP HT941025R0003 Pricing Worksheet outlines requirements for contracting 24-hour medical coverage at Naval Hospital Guam, specifically for neonatologists and neonatal nurse practitioners or pediatric hospitalists. It specifies duty hours, period of performance (stretching from January 20, 2025, through January 19, 2030), and the structure for calculating fully burdened rates, emphasizing the need for contractors to provide these rates and validate grand totals. The worksheet lists a base year and options for subsequent years with a consistent duty hour allocation. It further provides a compensation plan template, detailing direct labor rates, fringe benefits, and various costs like health insurance and taxes, which are not exhaustive, signaling flexibility in compensation structures. Additionally, it emphasizes calculating total employee hourly compensation and total burdened rates for accurate billing. The document serves as a foundational framework for bidders, ensuring they align with federal contracting standards while facilitating a comprehensive understanding of labor costs and performance expectations over the contract period.
    The document outlines the guidelines established by the Defense Health Agency (DHA) regarding off-duty remunerative professional employment for military and federal civilian health care providers. It specifies that such employment must not interfere with military duties, mission accomplishment, or local civilian practices. Commanding officers can authorize this employment upon written request, considering factors like work hours, proximity, and community impact. There are restrictions on hours, requiring a minimum of eight hours between employment and military duties, and off-duty work should not exceed sixteen hours a week without special circumstances. Providers must have the necessary licenses and certifications to practice in civilian settings, and TRICARE services to DoD beneficiaries are prohibited during off-duty work. The document also includes detailed requirements related to proof of citizenship and a Personal Qualifications Sheet for applicants to a specific solicitation. Overall, it ensures that military personnel remain committed to their primary responsibilities while allowing for limited external professional opportunities.
    The document outlines a candidate's availability for various dates spanning an entire year, specifying days marked as "R" for available and "L" for known or desired leave throughout the calendar months. Each date of the year is explored, displaying a meticulous account of the candidate's work schedule against specific weekdays. The inherent structure reflects a straightforward calendar format designed to convey the suitability of the candidate for potential engagements, particularly in the context of government Requests for Proposals (RFPs) or grant applications. This detailed schedule aids decision-makers in ascertaining the candidate’s work availability, thereby enabling efficient planning for projects or contract work that may arise within state or local jurisdictions. This exhaustive compilation emphasizes the importance of accurate scheduling in managing workforce availability and optimizing operational efficiency in government contracting situations.
    The document outlines the Request for Proposal (RFP) for Neonatology Coverage at Naval Hospital Guam, scheduling a preproposal conference on January 14, 2025. It includes information on the proposal's timeline, nonpersonal service requirements, and submission requirements for both technical and price proposals. Key elements include detailed Non-Price Proposal Submission Requirements such as technical capability, letters of intent, availability schedules, and past performance evaluations. A compliance checklist ensures proposals align with federal standards. The document emphasizes a “best value tradeoff” evaluation method, balancing compliance, technical capability, and price. It also mentions forthcoming amendments related to base access and other logistics. The proposal deadline is set for January 28, 2025, by noon PST, marking a critical timeline for interested vendors. The RFP highlights the government’s aim to enhance healthcare readiness and effectiveness in Guam, reinforcing the importance of thorough proposals to meet stringent requirements.
    The RFP HT941025R0003 outlines the requirement for a Neonatologist and Neonatal Nurse Practitioner/Pediatric Hospitalist to provide 24-hour coverage in Guam. Key inquiries include the availability of SOFA or logistical support, which is not applicable in Guam, and housing costs for potential hires. It notes that Full-Time Equivalents (FTEs) must engage a realtor or management company for rentals, with average housing costs estimated at $2,000 monthly and utilities around $1,100. This document emphasizes logistical considerations for medical staff relocating to Guam, integrating essential details for prospective applicants while outlining financial implications of living conditions. Overall, it reflects the government's effort to secure qualified healthcare personnel in a specific geographic location while addressing essential support and cost-of-living parameters.
    The document outlines the essential requirements for submitting a technical proposal in response to a government Request for Proposals (RFP). Key components include a 2-page technical proposal focusing on recruiting candidates, having signed letters of intent with all attachments, and providing candidate schedules per letter. The NACIS code 622110 must be validated in SAM, accompanied by a subcontracting plan and past performance documentation reflecting relevant experience within the last three years. Additionally, a correctly completed quote sheet and provisions outlined in various clauses are required. Overall proposals must include comprehensive information as specified in 52.212-1(b)(1-11), be valid for at least 30 days, and acknowledge all amendments. The document emphasizes compliance, outlining the need for signatures and thorough documentation throughout the proposal process, ensuring that all criteria are met for successful submission. This structured approach is critical for entities participating in federal and state/local procurement processes.
    The document outlines the requirements for submitting a proposal in response to a government RFP. It specifies that the technical proposal should not exceed two pages and must address the recruitment and retention of candidates as per Part 5 of the Performance Work Statement (PWS). The submission must include signed Letters of Intent with all required attachments, and a candidate schedule for each letter. It also mandates the validation of NACIS Code 622110 in the System for Award Management (SAM) and the submission of a subcontracting plan. Furthermore, at least two past performance questionnaires from the last three years should be submitted, alongside a completed quote sheet and provision 52.204-24. The proposal must adhere to the comprehensive guidelines outlined in 52.212-1(b)(1-11), remain valid for at least 30 calendar days, and acknowledge all amendments to the solicitation. Overall, the document emphasizes compliance with diverse submission criteria, ensuring that all specified documentation is complete and properly executed. This structured approach is critical for evaluating candidates for federal grants and RFPs while ensuring accountability and thoroughness in proposals submitted.
    The government document outlines a Request for Proposal (RFP) for healthcare services, specifically for the provision of physician and nurse practitioner services, including neonatologists and pediatric hospitalists, within a defined time frame at a Naval Hospital in Guam. The RFP is structured in multiple sections detailing the supplies and services required, pricing, and contract clauses. The base period for service is set from January 20, 2025, to January 19, 2026, with options for renewals extending up to January 19, 2030. The expected coverage includes 24-hour on-call hours, with specific quantities of full-time equivalents (FTEs) to be provided. Inspection and acceptance processes are specified, requiring government inspection at the designated destination. Moreover, the document emphasizes compliance with Federal Acquisition Supply Chain Security Act (FASCSA) provisions, outlining prohibitions on the use of certain telecommunications or technology items potentially linked to security concerns. Contractors are required to adhere to regulations regarding the procurement of supplies, certifications, and reporting protocols to ensure all practices comply with federal guidelines. This RFP reflects the government's commitment to obtaining high-quality healthcare services while maintaining rigorous compliance with procurement and security regulations.
    Similar Opportunities
    Notice of Intent to Award Sole Source to California Department of Public Health
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole-source contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition is necessary to enhance security measures within the Mental Health Department/Crisis Stabilization Program, ensuring that the new systems are compatible with the existing WinPak security framework at the facility. The contract is set to be awarded with a delivery date of September 30, 2025, and interested vendors may submit capability statements to challenge the sole-source basis by August 28, 2025, via email to Cha-on P. Gordon at cha-on.p.gordon2.civ@health.mil. No telephone requests will be honored.
    Naval Branch Health Clinic Bahrain - Ambulance Services
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for ambulance and patient transport services at the Naval Branch Health Clinic (NBHC) in Bahrain. The contract requires the provision of fully equipped ambulances staffed with qualified personnel, including EMT-Paramedics, to deliver emergency medical services and patient transport within a 45 km radius of Naval Support Activity Bahrain. This service is critical for ensuring timely medical assistance and patient care in accordance with established protocols. Interested contractors must submit their proposals by January 14, 2026, and direct any inquiries to Carol Uebelacker at carol.e.uebelacker.civ@health.mil, with a requirement for all pricing to remain valid for 90 days post-submission.
    Practical Nurse Curriculum
    Dept Of Defense
    The Department of Defense, specifically the Medical Readiness Contracting Office - West (MRCO-W), is seeking potential sources to provide textbooks for the Practical Nurse Course at the Brooke Army Medical Center (BAMC) in Fort Sam Houston, Texas. The procurement aims to establish a comprehensive 1-year curriculum learning system for the Army’s Practical Nursing Specialists certification, which includes online testing solutions, resources, and technical support, along with specific study materials from various authors. This Sources Sought Notice is intended for information and planning purposes only, and responses will assist the government in determining the potential for competition; interested parties should contact Dulce Bares or Christopher Gregory for further inquiries. The delivery period for the required materials is set from February 1, 2026, to February 28, 2026.
    Non-Personal Healthcare Registered Nurse Services for the General Surgery Clinic at Gallup Indian Medical Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for non-personal healthcare Registered Nurse Services specifically for the General Surgery Clinic at the Gallup Indian Medical Center in Gallup, New Mexico. The contract requires the provision of two Registered Wound Ostomy Continence Nurses, with a performance period from January 1, 2026, to June 30, 2026, and potential extensions of up to three months for one to three years. This ISBEE set-aside acquisition emphasizes the importance of qualified personnel, adherence to medical liability insurance requirements, and compliance with various federal regulations. Interested parties must submit their quotes by December 26, 2025, and can reach out to primary contact Felecia Chavez at felecia.chavez@ihs.gov or 505-339-7810 for further information.
    Non-Personal Registered Nurse Services for the Vaccination Clinic at Gallup Indian Medical Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide non-personal Registered Nurse services for the Vaccination Clinic at the Gallup Indian Medical Center in Gallup, New Mexico. The procurement aims to secure four Registered Vaccination Nurses to fulfill essential healthcare roles during the vaccination period, with services expected to commence on January 1, 2026, and run through March 31, 2026, with a potential six-month extension. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting local businesses in delivering critical healthcare services. Interested parties should direct inquiries to Felecia Chavez at felecia.chavez@ihs.gov or Kimberly Livingston at kimberly.livingston2@ihs.gov, with a focus on compliance with various federal regulations and requirements outlined in the solicitation document.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
    Q201--CCN-Next Gen Medical
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Community Care Network (CCN) Next Generation Medical contract, which aims to establish a comprehensive network of healthcare providers for Veterans. This procurement encompasses a range of healthcare services, including medical, surgical, mental health, and pharmacy services, with a focus on ensuring high-quality care and accessibility for Veterans. The contract will be awarded as a multiyear, multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with proposals due by March 16, 2026, and a pre-proposal conference scheduled for January 22, 2026. Interested parties can contact Contracting Officer Jessica Portillo at jessica.portillo1@va.gov or 540-735-3901 for further information.