Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SOURCES SOUGHT

Q -- Detailed Analysis of the State of Arizona as CHSDA

Notice Date
8/28/2018
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy/OIT, 2201 Sixth Avenue, MS RX24, Room 937, Seattle, Washington, 98121, United States
 
ZIP Code
98121
 
Solicitation Number
18-236-SOL-00064
 
Archive Date
9/19/2018
 
Point of Contact
Melani L. Hainesworth, Phone: 3014432242
 
E-Mail Address
Melani.Hainesworth@ihs.gov
(Melani.Hainesworth@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Indian Health Service (IHS) is the principal Federal health care provider and health advocate for American Indian/Alaska Native people and provides a comprehensive health services delivery system for American Indians and Alaska Natives. The range of services includes traditional inpatient care, ambulatory care, preventive care, and population health delivered through a network of hospitals and clinics, and distributed through 35 states. The Purchased/Referred Care (PRC) Program, in the IHS Office of Resources, Access, and Partnerships (ORAP) is integral to providing comprehensive health care services to American Indians and Alaska Natives (AI/AN). The Indian Health Service (IHS) health system delivers care through direct care services provided in IHS, Tribal, and urban (I/T/U) health facilities (e.g., hospitals, clinics) and through PRC services provided by non-IHS providers. All responsible sources that are capable of performing the work outlined in the Statement of Work may submit a written response to this notice, which shall be considered by the Agency. General capability statements will be considered non-responsive and will not be accepted. Please submit these responses by e-mail using pdf or MSWord to Melani Hainesworth, Contract Specialist, Division of Acquisition Policy, at Melani.Hainesworth@ihs.gov. SUBMISSIONS WILL ONLY BE ACCEPTED VIA ELECTRONIC MAIL. Written responses will not be returned and will not be accepted after the due date. TELEPHONE CALLS WILL NOT BE ACCEPTED. The Government requests interested parties submit a written response to this notice which includes: 1. Company name and a brief description of their company's business size (i.e. annual revenues and employee size); 2. Company point of contact, mailing address, telephone and fax numbers, DUNS number, and website address; 3. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with Government representatives; 4. Business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, American Indian/Alaska Native owned business, etc.). Type of company is validated via the System for Award Management (SAM). All respondents must be registered on SAM located at https://www.sam.gov; 5. The firm's capability and experience with a detailed understanding of the regulatory requirements and in-depth knowledge of the Purchased and Referred Care, The Indian Health Care Improvement Act, The Patient Protection and Affordable Care Act (ACA), and the Snyder Act; experience in performing detailed analysis of Purchased/Referred Care implications in a state to be identified as an all-state Contract Health Service Delivery Area (CHSDA), and the benefits and costs for the state to be identified as a CHSDA; 6. The firm's capability and experience in PRC program and health economics for Indian tribes; 7. Description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners; 8. Anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor-protégé relationship, etc.); 9. Applicable GSA Schedule number or other available procurement vehicle, if applicable; 10. Date Submitted. The associated North American Industry Classification System (NAICS) Code is 541690 - Other Scientific and Technical Consulting Services; $15M Small Business Size standard. 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 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). (xvi) The Indian Health Service Point of Contact for the solicitation is Melani Hainesworth, Contract Specialist, Division of Acquisition Policy. All questions regarding the solicitation must be emailed to Melani.Hainesworth@ihs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9e9ebc4483937338714094781613d36b)
 
Place of Performance
Address: 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN05060202-W 20180830/180828231533-9e9ebc4483937338714094781613d36b (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.