NH Guam - Neonatalogist / Neonatal Nurse Practitioner / Pediatric Hospitalist (24-Hr Coverage)
ID: HT941025R0003Type: Combined Synopsis/Solicitation
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
  1. 1
    Posted Dec 3, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 8:00 PM UTC
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
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
GLOBAL NURSE ADVICE LINE - NEXT GENERATION (GNAL-NG)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Global Nurse Advice Line - Next Generation (GNAL-NG), which aims to provide comprehensive telehealth nursing services to eligible Military Health System beneficiaries. The contractor will be responsible for delivering 24/7 access to registered nurses for triage, self-care advice, and general health inquiries, along with care coordination services and support for Military Medical Treatment Facility appointments. This initiative is crucial for enhancing healthcare access and improving patient outcomes while reducing unnecessary emergency department visits. Interested parties must submit their proposals by May 22, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or 703-681-5821.
Neonatal Transportation System (NTS) Removeable Handles
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking sources for the procurement of four Neonatal Transportation System (NTS) Removeable Handles for the United States Naval Hospital Okinawa-Japan's Neonatal Intensive Care Unit (NICU). These handles are essential for both manual movement and securement of neonatal patients during air transport, specifically designed to fit the NTS Stryker configuration. Interested vendors must submit a capability statement by 3:00 PM local time on April 30, 2025, detailing their ability to meet the requirements, with submissions directed to Matthew Teel and Shannon Lertora via email. This opportunity is part of a market research effort and does not constitute a formal solicitation.
Non-Personal Healthcare Services for Emergency Department at the Gallup Indian Medical Center
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors to provide non-personal healthcare services, specifically forty (40) Registered Nurses, for the Emergency Department at the Gallup Indian Medical Center in New Mexico. The contract aims to address the significant healthcare needs of the local population, particularly within the Navajo Nation, by ensuring the delivery of qualified nursing staff who adhere to established medical guidelines and performance standards. This procurement is crucial for maintaining healthcare quality and safety in underserved communities, with the contract period set from July 1, 2025, to December 31, 2025, and potential option years extending to December 31, 2027. Interested parties should contact Kimberly Livingston at kimberly.livingston2@ihs.gov or Felecia Chavez at felecia.chavez@ihs.gov for further details, and note that the submission deadline is May 1, 2025.
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 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 and is valued at a maximum of $1.61 billion, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative underscores the importance of ensuring a medically ready force, with contractors required to establish a network of certified providers and adhere to strict quality control and reporting standards. Interested parties 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.
Genetic Testing Services for Tripler Army Medical Center, HI
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office - Pacific, is seeking qualified contractors to provide genetic testing services for the Tripler Army Medical Center in Hawaii. This procurement aims to establish a Blanket Purchase Agreement (BPA) for these services, which are critical for supporting the healthcare needs of military personnel and their families. The BPA will have a total not-to-exceed value of $500,000 and a performance period from September 8, 2025, to September 7, 2030, with quotes due by May 6, 2025, at 10:00 AM HST. Interested parties should contact Ms. Deborah Wada at deborah.n.wada.civ@health.mil or call 808-433-9520 for further details.
Mescalero Service Unit Obstetrics-Gynecology Nurse Practitioner Non Personal Healthcare Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for non-personal healthcare services from an Obstetrics-Gynecology Nurse Practitioner at the Mescalero Service Unit in New Mexico. The contractor will be responsible for providing comprehensive prenatal and postnatal care, gynecological exams, and managing reproductive health issues, operating independently without government supervision. This procurement is crucial for enhancing healthcare delivery within the Indian Health Service framework, ensuring compliance with federal regulations, including HIPAA guidelines, and maintaining high standards of patient care. Interested offerors must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 PM MST on April 28, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
Master BPA for Neuromonitoring Services
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a Master Blanket Purchase Agreement (BPA) for Intraoperative Neuromonitoring (IONM) services at the Alexander T. Augusta Military Medical Center in Fort Belvoir, Virginia. The procurement aims to secure commercial services for neuromonitoring during spine and orthopedic surgeries, requiring qualified personnel with specific certifications and experience in various neuromonitoring techniques. This initiative is critical for enhancing patient safety and care during surgical procedures, with an anticipated annual volume of 150 cases and a total service requirement of approximately 400 hours. Interested vendors must submit their proposals by April 29, 2024, at 10 AM, and can direct inquiries to Michelle Priester at michelle.c.priester.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil.
Fleet and Family Support (FFSP) Global Staffing
Buyer not available
The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking proposals for a contract titled "Fleet and Family Support (FFSP) Global Staffing" to provide comprehensive support services for military personnel and their families. The contract aims to deliver global staffing solutions, remote service delivery, and on-site support across four critical functional areas: Work and Family Life, Counseling, Advocacy and Prevention, Sexual Assault Prevention and Response, and Integrated Primary Prevention. This initiative is vital for enhancing the well-being of active duty members, retirees, and their families, ensuring effective program implementation and service delivery. Interested contractors should note that the submission deadline for proposals has been extended to April 11, 2025, at 1500 Central Standard Time, and are encouraged to contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further inquiries.
On Island Reference Laboratory Testing and Courier Services at Triple Army Medical Center, Hawaii
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office – Pacific, is soliciting proposals for On Island Reference Laboratory Testing and Courier Services at Tripler Army Medical Center in Hawaii. The procurement aims to establish Multiple Blanket Purchase Agreements for non-personal laboratory services that support medical diagnostics and patient care for military beneficiaries, including STAT courier services for urgent testing and compliance with strict professional standards. This initiative is crucial for ensuring accessible and high-quality laboratory services tailored to the needs of the armed forces and their families. Interested parties must submit their quotes via email to Leslie Takayama at leslie.m.takayama.civ@health.mil by April 30, 2025, at 10:00 am HST, with a total contract value limit of $250,000.
NHRC -Military Research services
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting a sole source contract for military research services from ABT Global LLC. This procurement aims to provide comprehensive health research operations, development, assessment, surveillance, and operational services to support the Deployment Health Research Department's Military Population Health Directorate at the Naval Health Research Center (NHRC). The services are critical for enhancing the health and well-being of military personnel, ensuring effective health management and research capabilities. Interested parties can reach out to Esteffani Varela at 215-697-9112 or via email at Esteffani.varela.civ@us.navy.mil for further details regarding this opportunity.