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
    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.
    Lifecycle
    Similar Opportunities
    Fiber Optic Cable Service at Naval Hospital Beaufort
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for Fiber Optic Cable Services at Naval Hospital Beaufort in South Carolina. The contract aims to establish a firm-fixed-price agreement for the delivery and maintenance of fiber optic infrastructure essential for communication within the healthcare facility. This procurement is critical for ensuring reliable communication services that support the operational needs of the hospital. Proposals are due by March 27, 2025, with the project expected to commence on May 1, 2025. Interested contractors should contact Brittany Belsches at brittany.n.belsches.civ@health.mil or Lenore Y. Paseda at lenore.y.paseda.civ@health.mil for further details.
    Radiopharmaceuticals - Naval Medical Center Portsmouth
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for the procurement of radiopharmaceuticals to support cancer treatment at the Naval Medical Center Portsmouth. The contract aims to secure a supply of various medical imaging agents, including Tc-99m isotopes, I-123, and F-18 compounds, essential for diagnostic imaging and therapeutic applications, over a five-year period from April 1, 2025, to March 31, 2030, with options for renewal. This procurement is critical for ensuring the availability of necessary medical supplies within the military healthcare system, emphasizing compliance with safety regulations and cost-effectiveness. Interested vendors, particularly small businesses, are encouraged to submit proposals by March 11, 2025, and can contact Carol Uebelacker at carol.e.uebelacker.civ@health.mil or 210-952-8111 for further information.
    NPSC - Registered Nurses for the Med/Surge, OR, and Infection Control Departments at Gallup Indian Medical Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide registered nursing services for the Med/Surge, Operating Room, and Infection Control Departments at the Gallup Indian Medical Center in New Mexico. The procurement aims to address staffing shortages by hiring skilled nurses, including Infection Control Preventionists, who will ensure compliance with healthcare regulations and enhance patient safety through effective infection control practices. This initiative is crucial for maintaining high-quality healthcare services for American Indian and Alaska Native populations, reflecting the government's commitment to improving public health outcomes. Interested parties must submit their proposals by February 28, 2025, with the contract period extending from April 1, 2025, to September 30, 2025, and can contact Felecia Chavez at felecia.chavez@ihs.gov or Kimberly Livingston at kimberly.livingston2@ihs.gov for further information.
    Clinical Skills and ASPAN for Nursing
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a contract titled "Clinical Skills and ASPAN for Nursing." This presolicitation opportunity aims to procure professional services related to certifications and accreditations in the nursing field, specifically focusing on clinical skills enhancement and adherence to standards set by the American Society of PeriAnesthesia Nurses (ASPAN). The services are crucial for ensuring that nursing personnel are adequately trained and certified, thereby enhancing the quality of care provided within military healthcare facilities. Interested vendors can reach out to Crystal Randolph at crystal.d.randolph.civ@health.mil or Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil for further details, with the performance expected to take place in Falls Church, Virginia.
    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), which aims to provide comprehensive medical and dental readiness services to military personnel, including both active duty and reserve components. The contract, valued at up to $1.61 billion, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract over a ten-year period, encompassing a transition phase followed by a base period and nine optional years of performance. This initiative is crucial for maintaining the health and operational readiness of service members, ensuring they receive necessary assessments and treatments across various modalities, including in-clinic and virtual care. Interested contractors should contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the solicitation process.
    NNMC_Anesthesiology_NonPSC_APN_Nurse Anesthetist
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for non-personal health care services, focusing on anesthesia services provided by Advanced Practice Nurses (Nurse Anesthetists) at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract is set aside for Indian Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting businesses owned by American Indians while ensuring compliance with health standards and regulations. This initiative aims to enhance health service accessibility for American Indian and Alaska Native populations, with the contract period running from April 14, 2025, to April 13, 2026, and an option for extension. Interested parties should contact Matthew Atcitty at matthew.atcitty@ihs.gov or call 505-368-7345 for further details.
    Q516 - Early Intervention and Related Services in support of the Educational and Developmental Intervention Services(EDIS) program.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Early Intervention and Related Services in support of the Educational and Developmental Intervention Services (EDIS) program. This procurement aims to provide qualified personnel to deliver Early Intervention Services (EIS) and Related Services (RS) to military dependents, particularly in overseas locations associated with Department of Defense Education Activity (DoDEA) schools, in compliance with the Individuals with Disabilities Education Act (IDEA). The contract will cover a base year with four optional extensions, focusing on the delivery of services in Military Treatment Facilities (MTFs) OCONUS, emphasizing the need for timely and qualified personnel to meet the developmental needs of eligible children. Interested contractors should contact Jorge Candela at jorge.e.candelabocanegra.civ@us.navy.mil for further details, and must adhere to the specified proposal submission requirements and deadlines outlined in the solicitation documents.
    Network Engineers and Specialist IT Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is conducting a Sources Sought notice to identify potential sources for Network Engineers and Specialist IT Services aimed at supporting the Military Health System (MHS). The procurement focuses on providing Network Sustainment Information Technology Support Services, which are crucial for maintaining and operating Local Area Networks (LANs) and Wireless Local Area Networks (WLANs) across various Medical Treatment Facilities (MTFs) both within the continental United States (CONUS) and overseas (OCONUS). This initiative is part of the DHA's efforts to sustain operational capabilities while preparing for future contract opportunities, with a bridge contract anticipated to begin on June 28, 2025. Interested parties are encouraged to submit their responses or inquiries by March 11, 2025, to Dawn Windham at dawn.d.windham.ctr@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil, noting that submissions are voluntary and will not be evaluated or returned.
    THC – Medical Office - Three (3) Family Nurse Practitioner
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide non-personal services involving three Family Nurse Practitioners (FNPs) for the Tsaile Health Center in Arizona. The contract, part of the Indian Small Business Economic Enterprise (ISBEE) initiative, will span from April 1, 2025, to December 31, 2027, and includes a base period and two option periods, emphasizing the importance of healthcare services in Native communities. Interested contractors must submit their proposals by March 17, 2025, ensuring compliance with federal regulations and the completion of the IHS ISBEE Representation Form, with evaluations based on past performance, technical capabilities, and cost. For further inquiries, contact Earl Morris Jr. at earl.morris@ihs.gov or 928-724-3735, or Tanya Begay at tanya.begay2@ihs.gov or 928-674-7635.
    NNMC Request for seven (7) Non-PSC Registered Nurse Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for seven (7) Non-PSC Registered Nurse Services to support the Northern Navajo Medical Center and affiliated facilities in Shiprock, New Mexico. The contract aims to address the critical nursing shortage within the Navajo Nation, which serves approximately 201,583 members, by providing essential healthcare services and adhering to established health and safety standards. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, emphasizing the government's commitment to promoting local economic participation while ensuring quality healthcare delivery. Interested parties can contact Matthew Atcitty at matthew.atcitty@ihs.gov or call 505-368-7345 for further details, with the contract encompassing a base period of six months and an option for an additional six months.