Skip to main content

An official website of the United States government

You have 2 new alerts

Oklahoma City Area Office IHS Healthcare Providers IDIQ

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Oct 16, 2024 08:16 am CDT
  • Original Response Date: Nov 08, 2024 03:30 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 23, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
  • Product Service Code: Q999 - MEDICAL- OTHER
  • NAICS Code:
    • 561320 - Temporary Help Services
  • Place of Performance:
    Oklahoma City , OK
    USA

Description

Indian Health Service

Pre-Solicitation Notice

75H71125R00001

Oklahoma City Area Office Healthcare Providers IDIQ

The United States Department of Health and Human Services, Indian Health Service (IHS), Oklahoma City Area Office (OCAO) intends to issue a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provider healthcare providers to all IHS operated clinics and hospitals within the area. The Scope of Work has includes the following labor categories: Anesthesiologist, Certified Registered Nurse Anesthetist (CRNA), Hospitalist, Obstetrician/Gynecology Physician (OB/GYN), Pediatrician (Pediatric Physician), Internal Medicine Physician, Family Medicine Physician, Orthopedic Physician, Podiatrist, Respiratory Therapist (RT), Nurse Practitioner (APN), Mid Wife, Physician Assistant, General Surgeon, Emergency Medicine Physician (ABEM Certified).

Work will be performed in the following locations: Anadarko Indian Health Center, Carnegie Indian Health Center, Claremore Indian Hospital, Clinton Indian Health Center, El Reno Indian Health Center, Haskell Indian Health Center, Lawton Indian Hospital, Oklahoma City Area Office to include the National Supply Service Center (NSSC) and Office of Environmental Health and Engineering (OEH&E), Pawnee Indian Health Center, Watonga Indian Health Center, Wewoka Indian Health Center, and White Cloud Health Station.

The contractor shall provide the healthcare provider, a project manager, a program manager, monthly reporting on hiring and funds utilization, insurance, and all other supporting systems to complete the IDIQ. Healthcare providers will need to provide board certification with the IHS’s acceptable boards being American Board of Medical Specialties or National Board of Physicians and Surgeons. The providers will need to follow Accreditation Association for Ambulatory Health Care or The Joint Commission and IHS Manual to receive credentialing and privileges, which require the provider to provide the following, but not limited to case logs and peer reviews.

This acquisition is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside. The applicable North American Industry Classification System (NAICS) code for this acquisition is 561320 Temporary Help Services and the small business size standard is $34 million. The applicable Product Service Code for this acquisition is Q999 Medical—Other. The estimated period of performance will be a base plus four (4) option years from May 1st, 2025 to April 30th, 2030.

Contractor registration in the Government’s System for Award Management (SAM) is required in order to be eligible for contract award. Registration may be completed and information regarding the registration process may be obtained at http://www.sam.gov.

The pre-solicitation will close November 8th, 2024. The anticipated release date of the solicitation package is on or about November 11th, 2024, with proposals being due on or about December 27th, 2024.

Once issued, solicitation documents will be available electronically for download at http://www.sam.gov. All responsible sources may submit a proposal and will be considered by IHS.

Contact Information

Contracting Office Address

  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA

Primary Point of Contact

Secondary Point of Contact

History