Arizona Bids > Bid Detail

Sources Sought: Telemedicine/ On-site/ Asynchronous Subspecialist Service

Agency:
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Q - Medical Services
Opps ID: NBD00159797034571756
Posted Date: Feb 5, 2024
Due Date: Feb 12, 2024
Source: https://sam.gov/opp/3ad07103ff...
Follow
Sources Sought: Telemedicine/ On-site/ Asynchronous Subspecialist Service
Active
Contract Opportunity
Notice ID
DB-SSN-CSU-24-15
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 05, 2024 11:11 am MST
  • Original Response Date: Feb 12, 2024 05:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Chinle , AZ 86503
    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 Non-Personal Service Contract Outpatient telemedicine subspecialty healthcare providers to the Outpatient department at Chinle Comprehensive Health Care Facility, 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.





Chinle Service Unit includes the hospital and brand-new ambulatory care center in Chinle, and two health centers- one in Pinon and the other in Tsaile. We provide medical care for approximately 35,000 Navajo. Serving a rural area, many of our patients travel 100 miles round trip to receive care and do not have electricity or running water in their homes. And, most of our elderly patients speak only Navajo, and live according to traditional Navajo cultural practices. The Chinle Comprehensive Health Care Facility and Ambulatory Care Center is a 60-bed inpatient hospital and outpatient facility. Services offered are: Adult inpatient and Pediatric Inpatient Care, Outpatient Primary Care, Adult Intensive Care, Emergency Medicine, General Surgery, Podiatry, OBGYN, Labor & Delivery, Women's Health, Midwifery, Mental Health, Pharmacy, Optometry, Dental, PT, OT, Speech Pathology, Audiology, Lab, Public Health and School Health. We live in one of the most scenic areas of the country, and offer almost unlimited opportunities for outdoor recreational activities.





Description of Services: The Contractor shall provide Non-Personal Service Contract to provide Outpatient Telemedicine/ On-site/ Asynchronous Subspecialist Services. Refer to 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:



Duration of Requirement: Base Year and Three Option Year



Base Year – Time of Award TO December 31, 2024



First Option Year – January 1, 2025 to December 31, 2025



Second Option Year – January 1, 2026 to December 31, 2026



Third Option Year - January 1, 2027 to December 31, 2027





Place of Performance: Chinle Comprehensive Health Care Facility, Highway 191 & Hospital Road, Chinle AZ, 86503 and Secure Telecommunication Location





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, expiration, and registration status. All respondents must register on the SAM located at http://www.sam.gov .

  4. Applicable company GSA Schedule number or other available procurement vehicle.

  5. 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.

  6. Experience: Provide a list of 3-5 private industry or Government contracts for the same services that you have performed within the last 3 years. 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. Reference letters accepted.

  7. Staffing Levels: Provide evidence your company has adequate levels of qualified healthcare provider staff to meet the Qualifications and Requirements listed in the Performance Work Statement (PWS).

  8. Technical Capability: Provide a response to how the company will respond to staff shortages / absenteeism / replacement in providing services.

  9. 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 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 Statement (PWS)

  • IEE Representation form







Primary POC:



Danielle Bitsilly, Contract Specialist



928-674-7489



Danielle.Bitsilly@ihs.gov


Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 9020
  • WINDOW ROCK , AZ 86515
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 05, 2024 11:11 am MSTSources 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 >