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 (Initial) 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 Sources Sought Notice (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 (initial) 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. In addition to this form, the contractor will be responsible to administer a 5-panel rapid drug screen (test) and a tuberculin (TB) skin test for each ASO seen. Flu shots should be available if the ASO desires one. JPATS will reimburse for the medical exam, 5-panel rapid drug screening, TB skin test, and flu-shot (if provided). JPATS will not reimburse for any other services provided to the ASO. JPATS estimates a total of 110 ASOs in the Oklahoma City OK area and 25 ASOs in the Las Vegas NV area.
The findings from this Market Research effort may impact future solicitations related to this requirement. This SSN is not a solicitation or Request for Proposal or Request for Quote as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this 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:
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 unrestricted full and open procedures.
Information / Capabilities packages shall be submitted (via e-mail) to the POC listed below not later than 12:00 pm (noon), Eastern Time, October 23, 2020. 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: [email protected]