SOURCES SOUGHT
Q -- Emergency Department NPSC Physician and RN Services
- Notice Date
- 9/23/2019
- Notice Type
- Sources Sought
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
- ZIP Code
- 86515
- Solicitation Number
- 75H71019R00017
- Point of Contact
- DeeAndra Salabye, Phone: (928) 871-1317
- E-Mail Address
-
deeandra.salabye@ihs.gov
(deeandra.salabye@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources. Your responses to the information requested will assist the Government in determining the appropriate acquisition strategy. The Navajo Area Indian Health Service (NAIHS) consists of five (5) Indian Health Service (IHS) Service Units and Tribal Managed Service Units to provide health care to approximately 241,010 Native Americans located in New Mexico, Arizona and Utah. The NAIHS Service Units include four hospitals, eight health centers, and six health stations. Each facility incorporates a comprehensive health care delivery system. The hospitals provide inpatient and outpatient care, the health centers, and health station clinics provide outpatient care and all conduct preventive and curative clinics. The intent of this notice is to identify companies able to provide locum tenens to cover short term staffing requirements in IHS facilities to contribute to a stable workforce tasked with providing quality health care services to IHS beneficiates to all patients presenting for care in the Emergency Department or elsewhere on the hospital campus with an emergency medical condition. The care provided by the health care providers shall be as comprehensive as the Navajo Area supplied facilities, equipment and support services permit. Contractor health care providers shall provide services to eligible beneficiaries of IHS who present themselves for treatment. The following are the medical facilities within the Navajo Area Indian Health Service: 1. Chinle Comprehensive Healthcare Facility; Chinle, Arizona 2. Crownpoint Comprehensive Healthcare Facility, Crownpoint, New Mexico 3. Gallup Indian Medical Center; Gallup, New Mexico 4. Kayenta Health Center; Kayenta, Arizona 5. Northern Navajo Medical Center; Shiprock, New Mexico The Contractor shall perform the services required under this contract within each hospital's bylaws, policies and procedures. The Contractor shall work within the existing medical directives, policies and procedures of the hospital's current processes and structures, and may recommend improvements in order to manage the Emergency Departments (EDs) through existing IHS resource allocation processes. The Contractor shall provide qualified providers and support staff to provide medical and medical support services for patients. The Contractor shall ensure that all contractors selected to perform services undergo and pass the Indian Health Service mandated security clearances prior to entry of facilities (including orientation) or initiating services. RESPONSE INFORMATION THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM'S CAPABILITY AND EXPERIENCE IN PROVIDING PROFESSIONAL HEALTHCARE SERVICES. The responders shall address each of the following: 1. Contractor's past performance information that is relevant to this requirement in terms of type and magnitude of work. 2. Contractor's capability to implement, support and maintain the requested service coverage at the medical facilities within the Navajo Area Indian Health Service (NAIHS). 3. Specific information that will demonstrate the ability to maintain staff coverage in the emergency department. 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: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, and telephone number(s), and website address d. 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. e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Company's System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/. Disclaimer and Important Notes. This notice does not obligate the Government to award 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). Responses must be submitted via email, no later than 5:00pm MST on September 27, 2019. No questions will be accepted. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is ten (15) pages. Interested parties shall submit their response to this notice to the following: DeeAndra Salabye, Contract Specialist Email: deeandra.salabye@ihs.gov Phone: (928) 871-1317
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/75H71019R00017/listing.html)
- Place of Performance
- Address: Navajo Area Indian Health Service, Arizona/New Mexico, United States
- Record
- SN05455307-W 20190925/190923231050-6320c81ed011aeeb21f6771e898b67e9 (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 |