Search Contract Opportunities

Medical Supply Service Support   2

ID: 70CMSD24R00000001 • Type: Presolicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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.

Background
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. 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.

Work Details
The work includes pre-employment medical services such as 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.
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.

Period of Performance
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.

Place of Performance
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.

Overview

Response Deadline
June 15, 2024, 8:00 a.m. EDT Past Due
Posted
May 30, 2024, 1:09 p.m. EDT
Set Aside
None
Place of Performance
Irving, TX United States
Source

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000,000 - $150,000,000 (AI estimate)
Odds of Award
62%
On 5/30/24 Immigration and Customs Enforcement issued Presolicitation 70CMSD24R00000001 for Medical Supply Service Support due 6/15/24. The opportunity was issued full & open with NAICS 621498 and PSC Q301.
Primary Contact
Name
Kelsey Nelson   Profile
Phone
None

Documents

Posted documents for Presolicitation 70CMSD24R00000001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation 70CMSD24R00000001

Contract Awards

Prime contracts awarded through Presolicitation 70CMSD24R00000001

Incumbent or Similar Awards

Contracts Similar to Presolicitation 70CMSD24R00000001

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 70CMSD24R00000001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 70CMSD24R00000001

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US IMMIGRATION AND CUSTOMS ENFORCEMENT > INVESTIGATIONS AND OPERATIONS SUPPORT DALLAS
FPDS Organization Code
7012-ACD00
Source Organization Code
500031354
Last Updated
June 30, 2024
Last Updated By
kelsey.d.nelson@ice.dhs.gov
Archive Date
June 30, 2024