Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2024 SAM #8324
AWARD

Q -- Clinical National Capital Region (NCR) Occupational Health Support Services IDIQ Award Notice

Notice Date
9/9/2024 3:18:11 PM
 
Notice Type
Award Notice
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
PROGRAM SUPPORT CENTER ACQ MGMT SVC ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
PSCFOH-NCR-PSC331481
 
Archive Date
09/14/2024
 
Point of Contact
Saundra Kpadeh, Phone: 301-492-5297, Angelina Mulenga, Phone: 301-492-5349
 
E-Mail Address
saundra.kpadeh@psc.hhs.gov, angelina.mulenga@psc.hhs.gov
(saundra.kpadeh@psc.hhs.gov, angelina.mulenga@psc.hhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Award Number
75P00124D00004
 
Award Date
08/30/2024
 
Awardee
NATIONWIDE HEALTHCARE SOLUTIONS, LLC Honolulu HI 96813 USA
 
Award Amount
58000000.00
 
Description
The purpose of this synopsis is to provide notification of award for solicitation number: 75P00121R00107 for the Department of Health and Human�Services (HHS), Program Support Center (PSC), Federal Occupational Health (FOH)�Clinical National Capital Region (NCR) Occupational Health Support Services.� The purpose of this requirement is to provide occupational health professionals. All�staff provided for this contract shall have direct, verifiable experiences in occupational�health, public health, or primary adult ambulatory care services, as well as all up-todate�state certifications to practice in their respective professional fields. Contract�providers shall be required to provide a healthy working adult population with general�types of occupational health services such as: response to emergencies; first aid and�treatment for minor illnesses and injuries; provision of health education, health�counseling, and/or coaching based on identified modifiable health risks FOH approved�training materials, polices and protocols; and other services including but�not limited to the following performance based objectives: - Walk-in care, first aid, and emergency response (including use of portable Automated�External Defibrillators (AEDs)), Intravenous fluid resuscitation (in selected locations),�and forensic collection for drug testing and other specialized lab analysis as needed; - Provision of treatments prescribed by a personal physician such as: periodic bed rest,blood pressure monitoring, glucose monitoring (finger stick), allergy immunotherapy,other treatments and medications administered by injection; - Provision of short-term prescriptions by licensed personnel as requested; - Health education, health coaching and training programs using FOH training�materials, policies and protocols (e.g. Physical Activity, Weight, Stress Reduction,�Nutrition, Bloodborne Pathogens, Smoking Cessation, Respirator Fit Testing etc.); - Health screenings (e.g. cancer, diabetes, blood pressure, vision); - Annual Wellness Assessment to include a basic Health Risk Assessment (HRA);�biometric screening; and referrals; - Preventive health, medical surveillance and other work-related exams administered�by physicians, nurse practitioners, or physician assistants as listed in Interagency�Agreements;� - Administration of immunizations (e.g. Hepatitis A, Hepatitis B, Anthrax, Smallpox, etc.); and - Testing related to medical surveillance and/or specific job requirements (e.g.�audiometry, spirometry, electrocardiogram (EKG), vision testing). This requirement is a commercial service. The source selection was conducted under FAR Part 12, Acquisition of Commercial Items and as�supplemented. Small Business Set-Aside Status: Set-Aside Duration of Contract Period: The award is a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The period of performance is a five (5) year contract; that includes a 12-month base period and four(4) 12-month option�periods. Place of Performance: Maryland, Virginia, and District of Columbia
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5bf9acc93bda4cff83b36f093c3c3d2f/view)
 
Record
SN07202581-F 20240911/240909230108 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.