Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
SPECIAL NOTICE

R -- IHS Child Health Program Consulting and Education - Notice of Intent

Notice Date
8/11/2015
 
Notice Type
Special Notice
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
IHS-SN-0004
 
Archive Date
9/9/2015
 
Point of Contact
Michael Fischer, Phone: 3014436749
 
E-Mail Address
michael.fischer@ihs.gov
(michael.fischer@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent This is NOT a solicitation for proposals, proposal abstracts or quotations. All responses may be used for market analysis in determining the availability of potential qualified businesses for the purposes of determining an appropriate acquisition strategy. The Indian Health Service (IHS) Division of Acquisition Policy (DAP) intends to award a contract to American Academy of Pediatrics (AAP) for continuity of support services. DAP will utilize acquisition procedures under the authority of FAR Part 6.302-1 "Only One Responsible Source" for the Indian Health Service. This notice of intent to award is not a request for competitive proposals. The purpose of this notice is merely to obtain capability statements to allow interested firms an opportunity to demonstrate their qualifications for the standards below. Project Background: The purpose of this contract is to provide continuing support for consultation, education, and promotion of child health activities on the behalf of the Indian Health Service (IHS) and Indian children. The contractor shall conduct IHS Area and local site visits to promote the development of programs that support healthy lifestyles and optimal physical, mental, and social health in Native American children; to identify challenges and provide innovative strategies for improvement; to provide continuing education sessions for providers, to provide technical assistance and consultation to the Area liaison contacts and to prepare and submit semi-annual reports. The Indian Health Service (IHS) Office of Clinical and Preventive Services, Division of Clinical and Community Services is the principal health care provider and health advocate for American Indian and Alaska Native (AI/AN) children. Over 550,000 AI/AN children are served at federal and tribal hospitals and clinics including urban Indian programs in 34 metropolitan centers. Health care disparities for infants, children and youth have been well documented including many infectious diseases, sudden infant death syndrome (SIDS), child abuse, early childhood caries, childhood obesity, mental health issues, and unintentional injuries. Community programming including Women Infant Child nutrition and Head Start provide needed resources for early childhood intervention supporting parenting and young families. Youth residential treatment facilities at 12 sites and off reservation and boarding schools represent the complexity of services and needs of AI/AN children and youth and their health care. This procurement action is to allow the continuation of the current project. Interested concerns may identify their interest and submit a capability statement that demonstrates their ability to provide the services required in the timeframe required. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. NO SOLICITATION IS AVAILABLE; THEREFORE, REQUEST OF SUCH DOCUMENT WILL BE CONSIDERED INVALID RESPONSES. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. If no affirmative responses are received within 15 days from the date of this notice, the Contracting Officer will proceed with issuance of an award to American Academy of Pediatrics under the authority of 41 United States Code (U.S.C.) 253(c)(1) as set forth in Federal Acquisition Regulation (FAR) 6.302-2. Qualified firms must also include the following information a. DUNS. b. Company Name. c. Company Address. d. Current GSA Schedules appropriate to this Award. e. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp g. Company Point of Contact, Phone and Email address All responses are due to the Contract Specialist NLT Tuesday, August 25, 2015 3:00PM (EST). Capability statements should be e-mailed directly to the Primary Point of Contacts (POC) listed below. SUBMISSIONS WILL ONLY BE ACCEPTED VIA ELECTRONIC MAIL. No telephone calls will be accepted. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is three (3) pages. If no capability statements are received which specifically demonstrate the requirements above, the Government shall proceed with a contract to: American Academy of Pediatrics 141 Northwest Point Blvd Elk Grove Village, IL 60007 Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. Any information provided by industry to the Government as a result of notice 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 must be registered in the System for Award Management (SAM). 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). Government Official Designated for Receipt of Capability Statements Primary POC: Michael T. Fischer Contract Specialist Email: Michael.Fischer@ihs.gov Phone: 301.443.6749
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/IHS-SN-0004/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03832448-W 20150813/150811235254-2fa7f36e99608d888652eb1cf456e27f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.