SOLICITATION NOTICE
R -- Patient Business Office and Denial Management Services, Phoenix Indian Medical Center
- Notice Date
- 1/22/2025 2:43:09 PM
- Notice Type
- Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
- ZIP Code
- 85004
- Solicitation Number
- RFQ-25-PHX-016
- Response Due
- 2/5/2025 1:00:00 PM
- Archive Date
- 02/20/2025
- Point of Contact
- Dekovan Cook, Phone: 6023645018
- E-Mail Address
-
Dekovan.Cook@ihs.gov
(Dekovan.Cook@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- The Department of Health and Human Services, the Phoenix Area Indian Health Service (IHS), is soliciting Patient Business Office and Denial Management Services for the Phoenix Indian Medical Center in Phoenix, Arizona. This requirement is a 100% Set-aside for Indian Small Business Economic Enterprise (ISBEE)/Native American-owned Small Businesses. SUBMISSION INSTRUCTIONS Proposals must be submitted electronically via email on or before the solicitation closing date and time stated in the SAM. The Government anticipates one (1) firm fixed-price award from this solicitation to the responsive, responsible offeror whose quote is conforming to the objective(s) and requirements specified stated in the statement of work (SOW) and this solicitation. Quote(s) must be FOB destination, include all applicable discounts, and all required line items must have a price to be considered for award. Not providing prices for all CLINS items shall make your offer non-responsive to the solicitation. Quotes may be attached, in a vendor preferred format (e.g. PDF). Offerors shall quote on all required items. The government will not split this requirement. PHYSICAL LOCATION Phoenix Indian Medical Center 5212 N 16th St. Phoenix, AZ 85016-5319 REQUIREMENT The price quote is to be submitted as an all-inclusive Firm Fixed Price quote. See SOW for more information. Note: IAW OMB memorandum M-21-07, The Office of Management and Budget (OMB) mandates that U.S. federal agencies use the Internet Protocol version 6 (IPv6). In November 2020, OMB issued memorandum M-21-07 ""Completing the Transition to IPv6,� which outlines the Federal government's strategic intent ""to deliver its information services, operate its networks, and access the services of others using only IPv6"". The IHS requires all new IT systems (hardware and software) to operate in a pure IPv6 network environment. This includes on-premises services or third-party hosted services that require network integration into the IHS network. The Offeror's solution shall comply with the IPv6 standards profile as defined by the NIST USGv6 Program: https://www.nist.gov/programs-projects/usgv6-program. EVALUATION Technical: Offerors shall provide brief description of technical characteristics and specifications of the items stated in this solicitation and attached documents, to include technical documentation to support equipment being offered. Technical proposals must speak to the objectives and requirements of the statement of work. Price: The price(s) shall be specific, complete in every detail, and separate from the technical submission. Submit pricing for all; not submitting pricing for all items will make your quote non-responsive to the solicitation. Contractor shall state in their RFQ that the quote shall remain effective for 60 calendar days after close of solicitation. Basis for Award: In addition to price, best value will be utilized for this requirement. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being determined technically unacceptable. In order for an Offeror to be considered for award, the proposal must receive an �Acceptable� rating in every non-price factor. Any proposal receiving a rating of �Unacceptable� in any non-price factor will not be further evaluated. Ratings for Technical: Acceptable � Proposal clearly meets the minimum requirements and/or salient characteristics outlined in the solicitation and SOW. Unacceptable � Proposal does not clearly meet the minimum requirements of the solicitation and SOW. For the purpose of award, the Government shall evaluate offers based on the evaluation factors described below: Factor 1 � Technical Capability of the Item Offered: Offerors shall provide brief description of technical characteristics and specifications of the items stated in this solicitation and attached documents, to include technical documentation to support equipment being offered. If equal categories are quoted, a crosswalk or detailed list of specifications need to be included that are same or similar those stated or listed in the SOW and/or Pricing Matrix. Factor 2 � Delivery (ARO)/Go-Live: Service: Service must Go-Live within 30 days of Kick-off Meeting Factor 3 � Past Performance: Offerors must submit past performance that is current and relevant as defined herein. Offerors may submit a maximum of 5 (minimum of 3) examples of their past performance with their offer to include prime contract and subcontracts. Past performance information should contain the following: Project title; Description of the project and equipment; Contract number; Contract amount; Government Agency/Organization; COR�s & CO�s name, address, and phone number; Current status, e.g., delivery after award date; and A brief narrative of why you deem the reference to be relevant to this effort. Factor 4 � Price:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2217b7885fc34d38a697b85ee92af87f/view)
- Place of Performance
- Address: Phoenix, AZ 85016, USA
- Zip Code: 85016
- Country: USA
- Zip Code: 85016
- Record
- SN07319451-F 20250124/250122230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |