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.