Sources Sought: Cost-per-Reportable Result (CPRR) contract for the Indian Health Service (IHS) Great Plains Area (GPA).
Sources Sought Notice Number: IHS1510955
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Economic Enterprises (IEE).
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 334516, Analytical Laboratory Instrument Manufacturing.
1.0 BACKGROUND
The Indian Health Service (IHS), Great Plains Area (GPA) plans to identify potential sources providing Cost-per-Reportable Result contract to enhance our testing capabilities. This contract model ensures that the vendor will deliver all essential components, including instruments, reagents, controls, calibrators, and maintenance services required for accurate and efficient testing.
2.0 OBJECTIVE
The objective of the Great Plains Area Indian Health Service is to conduct diagnostic clinical chemistry and immunochemistry tests on various patient fluids and tissues to diagnose and treat a range of illnesses and injuries.
3.0 SCOPE
The contractor will deliver all essential components, including instruments, reagents, controls, calibrators, and maintenance services required for accurate and efficient testing. Shipments must be packaged to maintain reagent viability from point of origin to final order destination. Reagents will meet all FDA requirements, all delivered reagents will pass quality control parameters upon delivery.
4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS
Refer to the Statement of Work.
5.0 TYPE OF ORDER
This is a sources sought notice for a Cost-per-Reportable Result (CPRR) contract.
6.0 ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: Award of contract with four (4), one (1) year option periods.
7.0 PLACE OF PERFORMANCE
This contract covers multiple facilities:
Cheyenne River Health Center
24276 166th Street, Airport Rd. Eagle Butte, SD. 57625
Phone 605-964-7724
24/7
Deliveries: M - F 8:00 a.m. - 4:30 p.m.
Fort Thompson IHS Health Center
1323 BIA Route 4, PO Box 200, Fort Thompson, South Dakota
Phone: 605-245-1500
Monday - Friday 8:00 a.m. to 4:30 p.m. (Daily)
Kyle Health Center
P.O. Box 540, Kyle, South Dakota 57752
Phone 605-455-2451
Monday – Friday: 07:00 a.m. – 5:30 p.m.
McLaughlin Health Center
701 East 6th St., PO. Box 879, McLaughlin, South Dakota 57642
Phone: 605-823-2610
Monday – Friday: 8:00 a.m. to 4:30 p.m.
Pine Ridge Hospital
P.O. Box 1201, East Highway 18, Pine Ridge, South Dakota 57770
Phone 605-867-5131
24/7
Deliveries: M - F 8:00 a.m. - 4:30 p.m.
Rosebud Comprehensive Health Care Hospital
400 Soldier Creek Dr. Rosebud, South Dakota 57570
Phone: 605-747-2231
24/7
Deliveries: M - F 8:00 a.m. - 4:30 p.m.
Standing Rock Service Unit
10 Standing Rock Avenue, P.O. Box J, Fort Yates, North Dakota 58538
Phone: 701-854-3831
Monday – Friday: 0800 a.m. .to 4:30 p.m.
On-Call: Monday – Friday: 4:30 p.m. to8:00 a.m.
Saturday & Sunday: On-Call
Deliveries: M - F 8:00 a.m. - 4:30 p.m.
Turtle Mountain Service Unit
Quentin N. Burdick Memorial Health Care Facility
1300 Hospital Loop, Belcourt, North Dakota 58316
Phone (701) 477-6111
24/7
Deliveries: M - F 8:00 a.m. - 4:30 p.m.
Wanblee Health Center
210 First Street, P.O. Box 290, 100 Clinic Drive, Wanblee, South Dakota 57577
Phone 605-462-6155
Monday – Friday: 7:30 am to 6:00 pm
Deliveries: M - F 8:00 a.m. - 4:30 p.m.
Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC)
100 Lake Traverse Drive, Sisseton, South Dakota 57262
Phone 605-698-7606
Monday - Friday & Holidays: 8:00 a.m. –8:00 p.m.
Saturday and Sunday: 1:00 p.m. to 5:00p.m.
Deliveries: M - F 8:00 a.m. - 4:30 p.m.
Yankton Service Unit
111 Washington Ave NW, Wagner SD, 57380
Phone: 605-384-3621
Monday – Friday: 8:00 a.m. to 5:00 p.m.
8.0 Tour of Duty:
The instrumentation and initial and future supply deliveries will be made to the addresses listed in the table above during their core business or stated supply delivery hours.
9.0 PAYMENT
INVOICE SUBMISSION AND PAYMENT
In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests.
IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL).
Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is already registered to use IPP, you will not be required to re-register, however, we encourage you make sure your organization and designated IPP user accounts are valid and up to date.
The IPP website address is: https://www.ipp.gov.
If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or [email protected].
The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no Gray Market Goods or Counterfeit Electronic Parts shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEMs) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.
10.0 Capability Statement/Information:
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm’s own risk. The following information shall be included in the capability statement:
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: 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. Experience: Provide a list of 3-5 private industry or Government contracts for the same services that you have performed within the last 3 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.
7. 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).
8.Staffing Capability: Provide the last time you successfully placed a provider in a contract position.Provide detailed information such as name, email address, telephone number, dollar value ofcontract, and description of the services provided on the contract.
9.Technical Capability: Provide a response to how the company will respond to staff shortages /absenteeism / replacement in providing services.
10.If American Indian/Native American owned small business, then complete attached IEERepresentation form.
12.0 Closing Statement Point of Contact: Mona Weinman, Contract Specialist, Email: [email protected] Submission Instructions: Interested parties shall submit capability via email to [email protected], Contract Specialist. Must include Sources Sought Number IHS1510955 in the Subject line. The due date for receipt of statements is July 14, 2024, 12:00 p.m. Central Standard Time. All responses must be received by the specified due date and time in order to be considered. This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS. IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract 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 in SAM.gov. 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.