The RFP Database
New business relationships start here

PRE-EMPLOYMENT & ANNUAL MEDICAL EXAMS


District Of Columbia, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE (SSN)

The U.S. Marshals Service (USMS), Justice Prisoner and Alien Transportation System (JPATS) is seeking information from responsible sources and commercial agencies concerning Aviation Security Officer (ASO) Pre-employee and Annual Medical Exams. JPATS mission is to coordinate and transport prisoners and detainees safely, securely, and humanely in a timely and economical manner. The transporting of prisoners and detainees takes place onboard both small and large transport category aircraft on a daily basis. ASOs are not only responsible for the security of the prisoners and detainees on the ground, but onboard the aircraft as well.


The purpose of this Request for Information / Sources Sought Notice (RFI-SSN) is to seek out qualified vendors, in the Oklahoma City, Oklahoma and Las Vegas, Nevada areas, who have experience and have performed pre-employment and annual medical/physical examinations of applicants and employees to determine if they are "fit-for-duty." The contractor would be required to make recommendations to JPATS about the ability of the ASO to safely and efficiently perform arduous or hazardous duty without undue risk of personal injury, injury to co-workers, or injury to the prisoners and detainees, both on the ground and in the air. Attached is the Form USM-600 (Physical Standards) that will be used. JPATS estimates exams are required for 115 ASOs in Oklahoma City and 10 ASOs in Las Vegas.  In addition to this form, the contractor will be responsible to provide medical certification/documentation of a current Hepatitis immunization and tuberculin (TB) skin test for each ASO seen.


The findings from this Market Research effort may impact future solicitations related to this requirement. This RFI/SSN is not a solicitation or Request for Proposal as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI/SSN will not be accepted to form a binding contract. This is market research for planning purposes and no award will be made as a result of this. If a solicitation is issued, the Government does not guarantee that it will be issued to all SSN respondents. The Government may use the information provided to develop a comprehensive acquisition strategy and solicitation. Responses shall not include proprietary information.


All interested vendors shall submit their capabilities packages addressing their interest and capability to perform the services stated above. In addition to the capabilities package please answer the following questions:


1. Can you provide these services in both Oklahoma City OK and Las Vegas NV? If not both, please specify which location you can provide the services in.


2. Does your facility provide these services to other law enforcement type agencies and/or aviation type agencies? If so, do you have pre-employment medical examination form? If you answered yes, would you please provide a copy of this form with your response?


3. What is your estimated price per examination in Oklahoma City? Las Vegas?


4. Is your firm registered in the System for Award Management (SAM)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database.


5. Based on the NAICS code 621498, All Other Outpatient Care Centers, with an associated Small Business Administration (SBA) size standard of $20.5 million, what is your business size, small or large?


All information submitted in response to this announcement is voluntary, the government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the government. If information or capabilities packages are not received from at least two capable small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capabilities packages and information submitted; this requirement may be solicited under full and open procedures.


Information / Capabilities packages shall be submitted (via e-mail) to the POC listed below not later than 5:00 pm, Central Time, July 5, 2017. Any questions concerning this announcement shall be in writing (e-mail) to the POC listed below. No telephone calls will be accepted.


POC: Arlene Dee Carlson, Contracting Officer, USMS/JPATS, e-mail address: Arlene.carlson@usdoj.gov


Arlene Dee Carlson, Phone 703-740-1435, Email arlene.carlson@usdoj.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP