Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2025 SAM #8651
SOLICITATION NOTICE

Q -- Occupational Health Medical Surveillance Exams

Notice Date
8/1/2025 9:52:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
W7NK USPFO ACTIVITY MT ARNG FORT HARRISON MT 59636-4789 USA
 
ZIP Code
59636-4789
 
Solicitation Number
W9124V25QA016
 
Response Due
8/14/2025 9:00:00 AM
 
Archive Date
08/29/2025
 
Point of Contact
Alice Hinck
 
E-Mail Address
alice.a.hinck.civ@army.mil
(alice.a.hinck.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Montana Army National Guard (MTARNG) Occupational Health (OH) seeks occupational health medical clinicalal services, with a physician who is board certified in occupational medicine, to conduct job-related medical surveillance screening examinations and OH services for MTARNG federal technicians (hereafter referred to as technicians) who are exposed or have the potential to be exposed to health hazards in their work environment. Place of Performance shall be in or within 50 miles of Helena, MT. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a written solicitation will not be issued. W9124V25QA016 is a solicitation issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, June 11, 2025. This solicitation is NOT a small business set aside. The North American Industry Classification System (NAICS) code, 621111, Offices of Physicians (except Mental Health specialists) with a size standard of $16.0M and a Product Service Code (PSC) Q403, Medical-Evaluation/Screening. The Government will not reimburse any costs incurred or associated with the preparation of a quote for this solicitaiton. The Government intends to award a firm-fixed price delivery order that can provide the supplies that represents the best value to the government when evaluating price and other-than-price factors: * Past performance: Per DFARS 213.106-2(b)(i) past performance will include data pulled from Supplier Performance Risk System (SPRS) located in the Procurement Integrated Enterprise Environment (PIEE) platform. Evaluation may also include information pulled from CPARS, FAPIIS, EDA, available government databases, and other sources. The contractor shall provide all services as stated in the Performance Work Statement (PWS), included as an attachment to this solicitation. Delivery and Acceptance will be FOB Destination, per the delivery location stated in the PWS. Invoicing shall be through WAWF at https://piee.eb.mil and payment will be Electronic Funds Transfer (EFT) from Defense Finance and Accounting Service (DFAS). Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services applies to this acqisition, to include any addenda to the provision. Provisions and Clauses are attached to include 52.212-2, 52.212-3, 52.212-4, and 52.212-5. The offeror is required to have a current and active registration in the System for Award Management (SAM) website, https//:sam.gov at the time the quote is submitted and not in a ""pending"" status, as well as no active exclusions. Questions shall be submitted via email no later than August 11, 2025 by or before 10:00 a.m. MST to Alice Hinck at alice.a.hinck.civ@army.mil Quotes shall be submitted via email, no later than August 14, 2025 at 10:00 a.m. MST to Alice Hinck at alice.a.hinck.civ@army.mil. It is the offeror's responsibility to ensure all questions and quote documents are received prior to the close date and time. NG Agency Protest Program: NG Agency Protest Program is intended toencourage interested parties to seek resolu-tion of their concerns with the National Guard (NG) as an Alternative DisputeResolution forum, rather than filing aprotest with the Government AccountabilityOffice (GAO) or other external forum. Contract award or performance is sus-pended during the protest to the same ex-tent, and within the same time periods as iffiled at the GAO. The NG protest decision goal is toresolve protests within 35 calendar daysfrom filing. An agency protest may be filed with either the Contracting Officer orthe NG Agency's Protest Decision Authority,but not both, in accordance with NG protest procedures. To be timely, the protests must be filed withthe periods specified in FAR 33.103. To file aprotest under the NG Agency Protest Program, the protest must requestresolution under that program and be sentto the address below: National Guard Bureau Office of the Director of Acquisitions/Headof Contracting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-or-der-ombudsman@mail.mil All other agency-level protests should be sent to the Contraction officer for resolu-tion at the address in the solicitation. See FAR clause 52.233-2. NG Public-facing, general Protest information is found at https://gko.portal.ng.mil/ngb/STAFF/D01/D01/OI/Protests%20and%20Complaints/Forms/AllItems Directorate of Acquisitions information forthe contracting enterprise is found athttps://www.nationalguard.mil/Leadership/Joint-Staff/Special-Staff/Director-of-Acquisitions/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8468827101a646d99d9bc3edc6311db3/view)
 
Place of Performance
Address: Helena, MT, USA
Country: USA
 
Record
SN07533408-F 20250803/250801230042 (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.