Hawaii Bids > Bid Detail

Occupational Health Ancillary Services at a Contractor Owned / Contractor Operated Medical Facility on the Island of Hawaii (Big Island)

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159310626201887
Posted Date: Jan 31, 2024
Due Date: Feb 5, 2024
Source: https://sam.gov/opp/9ae3fd1ac5...
Follow
Occupational Health Ancillary Services at a Contractor Owned / Contractor Operated Medical Facility on the Island of Hawaii (Big Island)
Active
Contract Opportunity
Notice ID
W81K0224Q0028
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
MEDCOM
Office
W40M MRCO PACIFIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Jan 30, 2024 01:58 pm HST
  • Original Response Date: Feb 05, 2024 10:00 am HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q201 - MEDICAL- GENERAL HEALTH CARE
  • NAICS Code:
    • 621498 - All Other Outpatient Care Centers
  • Place of Performance:
    HI
    USA
Description

This is a Sources Sought Notice for Market Research purposes only. This is NOT a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources and whether or not to conduct this procurement on a competitive basis. The NAICS Code is 621498, with a size standard of $25.5M. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. Any information submitted by respondents to this Sources Sought shall be voluntary, and will not be utilized to determine if a vendor is qualified to submit a Request for Quote/Request for Proposal for any future/potential requirement. No vendor will be provided

information on solicitations issued on a Government Point of Entry based on this Sources Sought request.



The Medical Readiness Contracting Office - Pacific has a requirement for a non-personal commercial contract for Occupational Health Ancillary services located on the Island of Hawaii (Big Island) at a contractor owned / contractor operated medical facility to the Department of Army (DA) and the Department of Defense (DOD) civilian personnel on the Island of Hawaii (Big Island) to support the Occupational Health Clinic at Tripler Army Medical Center, Hawaii.



The Contractor shall provide ancillary services to include, but not limited to providing IMMUNIZATIONS: Tetanus/Diptheria/Pertussis (Tdap) Vaccine; Hepatitis A Vaccine; Hepatitis B Vaccine; and Flu Vaccine and LABORATORY SUDIES AND ANCILLARY TESTS: Complete Blood Count (CBC); Urinalysis (UA); Hepatic Function Panel (Albumin, Bilirubin-Total, LDH, Phosphorus, Protein, AST, ALT); Renal Function Panel (BUN, Creatine, Calcium); Fasting Glucose, Lipid Profile; Hemoglobin A1C; Blood Lead; Protoporphyrin Zinc (ZPP); Plasma Cholinesterase; RBC Cholinesterase; Hepatitis B Surface Antibody; Hepatitis A Surface Antibody; Pulmonary Function Test; Electrocardiogram (EKG); Chest x-ray (PA & Lateral); and Per-And Polyfluroalkyl Substance (PFAS).



Services must be available Monday through Friday. This will be a firm-fixed price 60 month Blanket Purchase Agreement (BPA). The estimated performance period will be on/about from 09 May 2024 to 08 September 2029.



Capable vendors are invited to submit electronic information (no more than 3 pages) that demonstrates their ability to fulfill the requirement in the form of a capability response that addresses the specific requirement identified in this notice no later than 10:00 am Hawaii Standard Time on 05 February 2024. Responses to this notice should include the company name, Point of Contact (POC) name, telephone # and email address, company Cage Code, DUNS, Office address and any brochures which will allow the Government to understand your offerings and options. Capability statements should be submitted to the attention of Deborah Wada Contract Specialist, Medical Readiness Contracting Office - Pacific, Deborah.n.wada.civ@health.mil. Telephone responses will not be accepted. All vendors working with the Federal Government are required to be registered in the System for Award Management (SAM) registry with the solicitation NAICS Code (621498).



Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to provide the required services.



Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to the information submitted. No proprietary, classified, confidential or sensitive information should be included in your response.


Attachments/Links
Contact Information
Contracting Office Address
  • MEDICAL READINESS CONTR OFC PACIFIC BLDG 339 CLARK ROAD
  • FORT SHAFTER , HI 96858-5098
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 30, 2024 01:58 pm HSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >