Arizona Bids > Bid Detail

Teleradiology Reads - Navajo Area Indian Health Service

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159816773738609
Posted Date: Apr 18, 2023
Due Date: May 2, 2023
Solicitation No: NAIHS-23-TB01
Source: https://sam.gov/opp/9f28e4d720...
Follow
Teleradiology Reads - Navajo Area Indian Health Service
Active
Contract Opportunity
Notice ID
NAIHS-23-TB01
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: Apr 17, 2023 04:48 pm MDT
  • Original Response Date: May 02, 2023 05:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q522 - MEDICAL- RADIOLOGY
  • NAICS Code:
    • 621111 - Offices of Physicians (except Mental Health Specialists)
  • 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 able to provide interpretation of electronic medical images for six (6) Navajo Area Indian Health Service (IHS) healthcare facilities/hospitals.





*** THIS IS NOT A SOLICITION OR REQUEST FOR PROPOSAL ***





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. 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.





The Navajo Area Indian Health Service (NAIHS) is one of 12 regional administrative units of the Indian Health Service (IHS), in the US Department of Health and Human Services. The NAIHS delivers health services to a user population of over 244,000 American Indians in five Federal service units on and near the Navajo Nation. The Navajo Nation is one of the largest Indian reservations in the United States. The Navajo Nation consists of more than 25,000 contiguous square miles and three satellite communities, and extends into portions of the states of Arizona, New Mexico, and Utah. NAIHS primarily delivers health services to members of the Navajo Nation and the San Juan Southern Paiute Tribe, and also provides services to other Native Americans, including Zunis, Hopis, and other American Indian beneficiaries. The five (5) Federal Service Units (SUs) include Chinle, Crownpoint, Gallup, Kayenta, and Shiprock SUs.





Description of Services: The Contractor shall provide interpretation of electronic medical images for (6) Navajo Area Indian Health Service (IHS) healthcare facilities/hospitals. Refer to attached Performance Work Statement (SOW) for more detail and required qualifications. The Government is considering awarding multiple award Indefinite Delivery Indefinite Quantity contracts to meet this requirement.





Duration of Requirement: Multi-year contract Base Year Plus Two One Year Option Periods. Tentative start date 01/01/2024.





Place of Performance: Six (6) Navajo Area Indian Health Service (IHS) healthcare facilities/hospitals.





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: Provide a 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. Credentialing/Privileging: Provide evidence your company has staff Certified by Joint Commission or provide evidence of your company’s credentialing/privileging process in meeting the standards of Joint Commission or National Committee of Quality Assurance.

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

  8. 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).

  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

  • Exam Estimates

  • IEE Representation form





Primary POC:



Tanya Begay, Supervisory Contract Specialist



928-674-7635, tanya.begay2@ihs.gov


Attachments/Links
Attachments
file uploads

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


History
  • Apr 17, 2023 04:48 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 >