Arizona Bids > Bid Detail

Sources Sought: Non-Personal Service Contract for a Family Nurse Practitioner or Physician Assistant at the Tsaile Health Center

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159525754320426
Posted Date: Mar 14, 2023
Due Date: Mar 30, 2023
Solicitation No: IHS1468842_Family_Nurse_Practitioner_or_Physician_Assistant
Source: https://sam.gov/opp/09c235a456...
Follow
Sources Sought: Non-Personal Service Contract for a Family Nurse Practitioner or Physician Assistant at the Tsaile Health Center
Active
Contract Opportunity
Notice ID
IHS1468842_Family_Nurse_Practitioner_or_Physician_Assistant
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
NAVAJO AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 14, 2023 02:52 pm MDT
  • Original Response Date: Mar 30, 2023 12:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q201 - MEDICAL- GENERAL HEALTH CARE
  • NAICS Code:
    • 561320 - Temporary Help Services
  • Place of Performance:
    Tsaile , AZ 86556
    USA
Description

This Sources Sought Notice is issued in accordance with FAR 5.101. The purpose of this notice is to identify potential sources providing Experienced Non-Personal Service Contracts -Family Nurse Practitioner (FNP) and or Physician Assistants (PA) for the Navajo Area Indian Health Service (IHS) throughout the duration of the period of performance.



This Sources Sought Notice is a means of conducting market research to identify capable, experienced parties able to marshal resources to effectively and efficiently perform the objectives listed herein. The result of this market research will contribute in determining the method of procurement and acquisition strategy. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561320. This notice does not commit the Government to issue a solicitation or make an award OR to prelude a solicitation expected to be issued from closure of notice.



Tsaile Health Center is located in Northeast Arizona as a part of the Chinle Service Unit. This ambulatory care center is situated at the base of the Lukachukai Mountain rage with local elevations of 7,000 to 8,000 feet. Two lakes are within 10-15 minute drive which offer camping, fishing, and non-motorized boating. The Tsaile Health Center has 9,031 registered clients. Clinic hours are 8:00 a.m. to 5:00 p.m. Monday through Friday (closed on holidays). The Health Center is adjacent to Diné College, the first Indian Tribe-controlled College established in the United States. Routine outpatient services are provided to a broad range of patients including prenatal and geriatrics. The clinic is located on the Colorado Plateau with excellent opportunities for photography, hiking, running, road biking, cross country skiing, and mountain biking. Canyon de Chelly National Monument is within 30 miles of the clinic and is a wonderful place for exploring and sightseeing, running and mountain biking.



The Contractor shall provide an all-inclusive rate, and is responsible for all costs associated with providing said services, i.e. travel, per diem, lodging/housing, etc. Government quarters are not currently available, but Chinle, AZ has (3) hotels in the immediate area. The Contractor shall be responsible for housing respective providers if there are no government quarters available. Upon selection, the provider will be placed on a waiting list to acquire Government quarters. If Government housing becomes available, the provider shall contact the Tsaile Health Center Housing Services Department, and make rental/payment arrangements; telephone number (928) 724-3657.



Description of Services: The Contractor shall provide a Non-Personal Service Contract to offer healthcare providers. The Contractor will provide an Experienced Family Nurse Practitioners (FNP) and or Physician Assistants (PA) in the Medical Office Department, with no lapse of services of no more that six (6) months prior to beginning tour of duty with Tsaile Health Center. Refer to the attached Performance Work Statement (PWS) for more detail and required qualifications. The Government intends to award a Labor Hours Type contract from any resultant solicitation.



Duration of Requirement: 09-month duration



Place of Performance: Tsaile Health Center, Medical Office Department, Navajo Route 64 & 12, Tsaile, Arizona 86556.



Instructions to Industry: All capable parties are encouraged to respond. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic Capability statements are not sufficient and will not be considered compliant with the requirements of this notice.



The Government requests interested parties submit a written response to this notice which includes:




  1. Company name, address, email address, website address, telephone number, and business size (i.e., small business, 8(a), woman owned, veteran owned, etc.) and type of ownership for the organization.

  2. Company Point of Contact’s Name, telephone number, and e-mail address. Company POC shall have the authority and knowledge to clarify responses.

  3. System for Award Management (SAM) Unique Entity Identifier (UEI) number and registration status (expiration). All respondents must register on the SAM located at http://www.sam.gov .

  4. Applicable company GSA Schedule number or other available procurement vehicle, copy of GSA contract.

  5. Capable of using, familiar, or registered with IPP (Invoice Processing Payment).

  6. Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed in the Performance Work Statement, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

  7. Universal Bus Token (USB): Demonstrate that Contractors comply with the Drug Enforcement Agency (DEA) and State of Arizona’s two factor authentication Electronic Prescription of controlled Substances (EPCS) requirements and IHS E.H.R./RPMS. The Contractor shall obtain a USB token to meet identity verification for prescribing controlled substances with in HIS and the USB token shall be compatible with Tsaile Health Center Electronic Health Record (EHR) and RPMS.

  8. Demonstrate Contractor can perform Telemedicine Services.

  9. Demonstrate The Joint Commission standards and certification of company.

  10. Demonstrate the continuity of Patient Care, the contractor shall provide qualified replacement in the event NONSPC cannot complete services.

  11. Experience: Provide a list of 3-5 Private Industry or Government contracts of that you have performed within the last 3 years with providing Non Personal Service for Family Nurse Practitioners and or Physician Assistant in the Medical Office Department Services. For each contract, include the company’s Point of Contact’s name, email address, telephone number, dollar value of contract, and description of the services provided on the contract. The Government may contact these entities to conduct past performance checks.

  12. Staffing Levels: Provide evidence your company has adequate levels of qualified staff to meet the Qualifications and Requirements listed in the Performance Work Statement.

  13. Certificate of Insurance: $3,000,000.00/$1,000,000.00 aggregate.

  14. If American Indian/Native American owned small business, then complete attached IEE Representation form.



*Responses must be submitted via email to the Primary POC no later than specified closing date. No encrypted documents will be accepted.



***NO QUESTIONS WILL BE ACCEPTED***.



The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliant with tight program schedules; cost containment: meeting and tracking performance; hiring and retention of key personnel and risk mitigation.



Disclaimer and Important Notes: This notice does not obligate the Government to solicit or award a contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. 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 perform the work. 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 any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a Government GPE. However, responses to this notice will not be considered adequate responses to a solicitation.



Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).



Attachments:




  • Performance Work Statements (PWS)

  • IHS IEE Representation Form


Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 9020
  • WINDOW ROCK , AZ 86515
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 14, 2023 02:52 pm MDTSources 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 >