SOLICITATION NOTICE
Q -- Medical Supply Service Support
- Notice Date
- 5/30/2024 10:09:55 AM
- Notice Type
- Presolicitation
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- INVESTIGATIONS AND OPERATIONS SUPPORT DALLAS DALLAS TX 75247 USA
- ZIP Code
- 75247
- Solicitation Number
- 70CMSD24R00000001
- Response Due
- 6/15/2024 5:00:00 AM
- Archive Date
- 06/30/2024
- Point of Contact
- Kelsey Nelson
- E-Mail Address
-
kelsey.d.nelson@ice.dhs.gov
(kelsey.d.nelson@ice.dhs.gov)
- Description
- The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management intends to issue Request for Proposal (RFP), Solicitation No. 70CMSD24R00000001 for Medical Supply Service Support (MSSS). The scope of this requirement encompasses pre-employment and post-employment medical, psychological, fitness, and drug testing services for ICE personnel.� Pre-employment medical services include selectee medical, fitness, and drug testing in accordance with U.S. Department of Health and Human Services (HHS) regulations.� Post-employment medical services include support for the Drug Free Federal Workplace Program, independent medical examinations, reviews of medical documents, and ancillary testing for ICE employees. Potential locations where services will be delivered include all 50 U.S. states, plus locations in Puerto Rico, the Virgin Islands, the Mariana Islands to include Guam, and possibly any location throughout the seven continents.� Requests for pre-employment testing will originate from the ICE Office of Human Capital (OHC) Human Resources Operations Center (HROC) Dallas Pre-Employment Clearance (PEC) Unit.� For ICE employees, examinations and testing will originate from the ICE OHC Fitness for Duty Coordinator (FFDC) or Drug Program Coordinator (DPC).� A capability to accept notification of the need for drug or alcohol testing in reasonable-suspicion cases must be available via telephone 24-hours a day, 7 calendar days a week. Due to the complex and technical nature of the requirements in this PWS, the Government shall be in contact with the Contractor daily.� The Contractor shall be prepared to be responsive to inquiries and status requests. The Draft PWS is attached to this synopsis for vendor review. The Contract is expected to be a base year performance, including transition, starting on or about September 30, 2024, followed by up to 4 (four) option years subject to be exercised at the discretion of the government. CLINS: Parent CLIN 0001 Pre-Employment (Per Exam) 0001AA Pre-Employment Physical Fitness Test 0001AB Pre-Employment Drug Test 0001AC Pre-employment Medical Examination with TB Questionnaire 0001AD Expediting Fee upon request of Agency 0001AE OPTIONAL Pre-Employment Psych Evaluation - initial personality inventory with form report 0001AF OPTIONAL Pre-Employment Psych Evaluation - individualized assessment by a psychiatrist or psychologist - form letter 0001AG OPTIONAL Pre-Employment Psych Evaluation - individualized assessment by a psychiatrist or psychologist - full written report 0001AH Travel � Parent CLIN 0002 Fitness for Duty / Independent Medical Examinations 0002AA General Medical Independent Medical Examination with Report (pre-psych) 0002AB1 Specialty Consult - Internal Medicine� (IME) with Report 0002AB2 Specialty Consult - Cardiology Evaluation� (IME) with Report 0002AB3 Specialty Consult - Orthopedic Evaluation (IME) with Report 0002AB4 Specialty Consult - Psychiatric Evaluation� (IME) with Report 0002AB5 Specialty Consult - Neurology Evaluation (IME) with Report 0002AB6 Specailty Consult - Ophthalmology Evaluation (IME) with Report 0002AB7 Specialty Consult - Physical Medicine (IME) with Report 0002AB8 Specialty Consult - Neuropsychological Evaluation (IME) with Report 0002AB9 Specialty Consult - Sports Medicine Evaluation (IME) with Report 0002AC Certified Independent Medical Evaluation with Report 0002AD1 Specialty Consult - Forensic Psychiatric Evaluation (IME) with Report 0002AD2 Specialty Consult - Pulmonology Evaluation (IME) with Report 0002AD3 Specialty Consult - Nephrology Evaluation (IME) with Report 0002AD4 Specialty Consult - Gastroenterology Evaluation (IME) with Report 0002AD5 Specialty Consult - Otolaryngology (ENT) Evaluation (IME) with Report 0002AD6 Specialty Consult - Dermatology Evaluation (IME) with Report 0002AD7 Specialty Consult -� General Psychology Evaluation (IME) with Report 0002AD8 Specialty Consult - Dermatology Evaluation (IME) with Report 0002AD9 Specialty Consult - Police Psychology Evaluation (IME) with Report 0002AE Independent Medical Examination - No Show 0002AF Secondary and Tertiary Reviews (Paper Only) 0002AG Medical tests - Functional capacity evaluation with report 0002AG1 Medical Tests - Maximal stress EKG with MD interpretation 0002AG2 Medical Tests - Resting EKG w/ physician interpretation 0002AG2 Additional time for chart reviews (per hour) � Parent CLIN 0003 Drug Free Work Place 0003AA Random Drug Test Urinalysis Collection 0003AB Post-Accident Drug Test Urinalysis Collection 0003AC Reasonable Suspicion Drug Test Urinalysis Collection 0003AD Statistician for Random Drug Test 0003AE Litigation Package (Laboratory Documentation for Positive Drug Tests Reports) � Parent CLIN 0004 One Stop Mobile Events 0004AA One Stop Mobile Event with Fitness Testing (3 day event) 0004AB One Stop Mobile Event with Fitness Testing (4 day event) 0004AC One Stop Mobile Event with Fitness Testing (5 day event) 0004AD One Stop Mobile Event minus Fitness Testing (3 day event) 0004AE One Stop Mobile Event minus Fitness Testing (4 day event) 0004AF One Stop Mobile Event minus Fitness Testing (5 day event) � Parent CLIN 0005 Laboratory Services 0005AA Telephone or Video Conference Consultation with Lab Per Hour 0005AB In-Person Professional Services (Testimony or Deposition by Lab Personnel) Per Hour 0005AC In-Person Professional Services (Testimony or Deposition by Lab Personnel) Per Day 0005AD Affidavit or Attestation by Lab 0005AE Opinion Letter by Lab 0005AF Expert Witness Testimony - MRO Per Hour 0005AG Price for Blind Sample Testing - Per Sample � TYPE OF CONTRACT: The solicitation is anticipated to result in a single award Firm Fixed Price (FFP) service contract with Cost Reimbursable Travel. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 621498 All Other Outpatient Care Centers. The small business size standard is $20.5 million. TYPE OF SET-ASIDE:� This acquisition will not be set-aside for small businesses. SELECTION PROCESS: The Government will be conducting a Best Value � Tradeoff evaluation based off of Security, Technical and Management, Past Performance and Price evaluation factors. DISCUSSIONS:� The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE:� The Government anticipates releasing the solicitation on or about 28 June 2024. Additional details can be found in the solicitation when it is posted to www.SAM.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, www.SAM.gov.� Paper copies of the solicitation will not be issued.� Telephone and Fax requests for this solicitation will not be honored.� To download the solicitation for this project, contractors are required to register at the System for Award Management website at www.SAM.gov.� Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.� Most Attachments are Portable Document Format (PDF) files and can be viewed, navigated or printed using Adobe Acrobat Reader.� Other attachments are Microsoft Office products. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT:� The point of contact for this procurement is Contracting Officer, Kelsey Nelson. If you have any questions stemming from the Draft Performance Work Statement, please send them to her at Kelsey.D.Nelson@ice.dhs.gov. The Contracting Officer reserves the right to not answer questions, and make changes to the PWS before RFP release. This announcement serves as the Advance Notice for this project.� Responses to this synopsis are not required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ca44f7d6742740478a38df6ef3f0d3bf/view)
- Place of Performance
- Address: Irving, TX, USA
- Country: USA
- Country: USA
- Record
- SN07080909-F 20240601/240530230055 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |