Sources Sought Notice - Emergency Room - NONPSC RN @ Chinle Comprehensive Health Care Facility, Chinle, AZ
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: Sources Sought (Original)
- Original Published Date: Sep 29, 2022 12:04 pm MDT
- Original Response Date: Oct 21, 2022 12:00 pm MDT
- Inactive Policy: Manual
- Original Inactive Date: Oct 21, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Q401 - MEDICAL- NURSING
- NAICS Code:
- Place of Performance: Chinle , AZ 86503USA
Description
This Sources Sought Notice is a request for responses for a Non-Personal Service Contract for a Contractor to provide Registered Nurse healthcare providers to the Chinle Comprehensive Health Care Facility, Navajo Area Indian Health Service (IHS) throughout the duration of the contract period of performance.
This Sources Sought notice is a means of conducting market research to identify capable, experienced parties able to marshal resources to effectively and efficiently perform the objectives listed herein. The result of this market research will contribute in determining the method of procurement and acquisition strategy. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561320. This notice does not commit the Government to issue a solicitation or make an award OR to prelude a solicitation expected to be issued from closure of notice.
The Chinle Comprehensive Health Care Facility (CCHCF) is based in Chinle, Arizona (Northeast Arizona near Canyon De Chelly National Monument). The CCHCF is a 60 bed hospital which serves as the health care hub for the region. The medical staff includes Family Physicians, Internists, Pediatricians, General Surgeons, OB/GYN's, Anesthesiologists, and a Psychiatrist. In addition to routine outpatient and inpatient primary care, services available to our patients include: Adult Intensive Care, General Surgery (including laparoscopic surgery), routine and operative Obstetrics, and 24-Hour Emergency Room Services. Health care services are provided to approximately 37,000 active users. Strong Navajo cultural traditions exist within the community, offering an opportunity to learn the Navajo language, or to learn about traditional Navajo medicine. The service unit is located on the Colorado Plateau with excellent opportunities for photography, hiking, running, road biking, cross country skiing, and mountain biking. Canyon de Chelly National Monument is within 5 miles of the hospital and is a wonderful place for exploring and sightseeing, running and mountain biking.
Description of Services: The Contractor shall provide NonPersonal Registered Nurse Services, Number of vacant positions: 24 positions. Refer to attached Performance Work Statement (PWS) for more detail and required qualifications. The Government intends to award a Labor Hours Type contract from any resultant solicitation.
Duration of Requirement: January 1, 2023 to December 31, 2023
Place of Performance: Emergency Room/Urgent Care Department, Chinle Comprehensive Health Care Facility, Highway 191 and Hospital Drive
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:
- 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.
- Company Point of Contract’s Name, telephone number, and e-mail address. Company point of contact should have the authority and knowledge to clarify responses.
- System for Award Management (SAM) Unique Entity Identifier (UEI) number and registration status. All respondents must register on the SAM located at http://www.sam.gov .
- Applicable company GSA Schedule number or other available procurement vehicle.
- Capability Statement: Detailed capability statements 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.
- Experience: Provide a list of 3-5 private industry or Government contracts of similar services that you have performed within the last 3 years. For each company, include the company’s Point of Contact’s name, address, telephone number, dollar value of contract, and description of the services provided on the contract. The Government reserves the right to contact these entities to conduct past performance checks.
- Staffing Levels: Provide evidence your company has adequate levels of qualified staff to meet the Qualifications and Requirements listed in the Performance Work Statement.
- If American Indian/Native American owned small business, then complete attached IEE Representation form.
*Responses must be submitted via email to the Primary POC no later than specified closing date.
**NO QUESTIONS WILL BE ACCEPTED.
The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliant with tight program schedules; cost containment: meeting and tracking performance; hiring and retention of key personnel and risk mitigation.
Disclaimer and Important Notes: This notice does not obligate the Government to solicit or 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).
Attachments:
- IEE Representation form
Primary POC:
Ashleigh Yazzie, Purchasing Agent
Email: Ashleigh.yazzie@ihs.gov
Phone: (928)-674-7801
Attachments/Links
Contact Information
Contracting Office Address
- PO BOX 9020
- WINDOW ROCK , AZ 86515
- USA
Primary Point of Contact
- Ashleigh Yazzie
- ashleigh.yazzie@ihs.gov
- Phone Number 9286747801
Secondary Point of Contact
- Tanya Begay
- tanya.begay2@ihs.gov
- Phone Number 9286747635
History
- Oct 21, 2022 09:56 pm MDTSources Sought (Original)