Search Contract Opportunities

ISBEE/IEE Sources Sought / Locum Staffing Services for Fort Peck Service Unit

ID: SS-75H709-FP24-004 • Type: Sources Sought

Description

This is a Sources Sought notice. The purpose is to obtain information regarding: (1) the availability and capability of all qualified native small businesses; (2) whether they are small businesses; HUBZone small businesses; small disadvantaged business; service-disabled, veteran owned small businesses; 8(a) small businesses; veteran-owned small businesses; or woman-owned small businesses; and (3) their size classification according to the North American Industry Classification System,

This is NOT a solicitation for proposals, proposal abstracts, or quotations. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. Interested parties shall not be reimbursed for costs associated with preparation of their responses. Any proprietary information should be so marked.

Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable.

The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs), Indian Economic Enterprises (IEE), and any other category of vendor capable of performing the below Indian Health Services (IHS) requirement. Interested organizations presenting a Capability Statement in response to this ISBEE Sources Sought Synopsis must identify their size status. Include the Buy Indian Act Indian Economic Enterprise Representation Form (attached) in your response.

Consistent with the revised Buy Indian Act, IHS adopted the definition of an Indian Economic Enterprise (IEE) set forth in 48 CFR 1480.201. This definition includes the following requirement, amongst others: the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract.

Instructions for submission are outlined further below.

DEFINITIONS

INDIAN ECONOMIC ENTERPRISE (IEE):

Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that:

  • The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%;
  • The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must, together, receive at least 51% of the earnings from the contract; and
  • The management and daily business operations must be controlled by one or more individuals who are Indians.

DESCRIPTION OF REQUIREMENT

NAICS:

561320 Temporary Staffing Services

Size Standard: $34 Million

Duration:

12 Months from Date of Award plus Four (4) 12-month option periods.

This describes the requirements for non-personal services for Family Medicine Physician services for the Fort Peck Service Unit (FPSU) Verne E. Gibbs and Chief Redstone Health Centers to support the mission of the Indian Health Service by providing health care personnel/contractor physicians for limited periods of time to supplement the FPSU medical workforce.

Family Medicine Physician Duties:

The Contractor shall perform medicine duties includes provision of full range of out-patient and inpatient care to patients seen in the hospital and clinics, including examination, diagnosis, treatment, and referral to outside facilities as needed, for patients of all ages. Contractor provider experience includes completion of approved residence in Family Medicine and be ABMS/AOA Board Certified/Eligible in Family Medicine or completion of comparable training and experience as approved by the Credentials Committee. EMR/EHR Capable.

MAJOR DUTIES AND RESPONSIBILITIES:

  1. Hypertension / Diabetes, Cardiovascular, Pulmonary, Neurology, General Internal Medicine patient care. Immunizations as indicated.
  2. Medical emergencies, such as cardiac arrest, respiratory failure, shock, sepsis.
  3. Limited nutritional counseling.
  4. Acute psychiatric problems, including suicide attempts.
  5. Lower-acuity complaints including viral illnesses, other infections, minor orthopedic problems, minor trauma.
  6. Limited Urgent Care services.
  7. Makes appropriate referrals and obtains appropriate consultations as necessary.
  8. Follows the medical staff policies and procedures and the FPSU clinical practice guidelines when relevant.
  9. Follows federal licensing, accreditation and regulating body standards from organizations such as: CMS, TJC, AAAHC and IHS; and any other agency to which the facility is accountable.
  10. Interacts in a professional manner with patients and co-workers.

Work Schedule: 80 hours per two-week period.

INSTRUCTIONS TO INDUSTRY

ISBEEs are highly encouraged to respond to this notice. However, firms must also understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. To be considered a capable source, responses must directly demonstrate the company's capability, experience, and ability to provide services as shown below.

Your response must include but is not limited to the following:

  • Number of years of experience in providing locum tenens to healthcare organizations;
  • List of past jobs/contracts of providing locum tenens to healthcare organizations;
  • Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement;
  • Demonstrate how your company will receive at least 51% of the earnings from the awarded contract;
  • If identifying a partnership with a subcontractor that is a similarly situated entity, demonstrate how together with the subcontractor you will receive a combined 51% of the earnings from the contract;
  • If identifying a partnership with a subcontractor that is NOT a similarly situated entity, demonstrate how you will receive 51% of the earnings from the contract; and
  • Demonstrate how the prime IEE, or together with the subcontractor, will conduct management and daily operations to be controlled by one or more individuals who are Indians.

Failure to address these items in your capability statement could exclude your firm from being determined a capable IEE/ISBEE source.

SUBMISSION

Interested parties capable of performing the required services may submit a response via email to: Prudence.YellowOwl@ihs.gov and DeeAndra.Salabye@ihs.gov by the date on the sources sought announcement.

Interested parties shall submit their capability response as instructed above and include a copy of the Buy Indian Act Indian Economic Enterprise Representation Form. It is recommended to include the sources sought ID in the subject line.

Responses received to this notice will assist in determining the acquisition strategy of the requirement.

Background
This is a Sources Sought notice issued by the Indian Health Service (IHS) to obtain information regarding the availability and capability of qualified native small businesses, including small disadvantaged businesses, service-disabled veteran-owned small businesses, 8(a) small businesses, veteran-owned small businesses, or woman-owned small businesses. The notice emphasizes that it is not a solicitation for proposals or quotations and does not commit the Government to any contractual agreement. It also highlights the preference given to Indian Economic Enterprises (IEE) under the Buy Indian Act.

Work Details
The requirement outlined in the notice pertains to non-personal services for Family Medicine Physician services for the Fort Peck Service Unit (FPSU) Verne E. Gibbs and Chief Redstone Health Centers. The contractor is expected to provide a full range of outpatient and inpatient care, including examination, diagnosis, treatment, and referral to outside facilities as needed, for patients of all ages. The work schedule is set at 80 hours per two-week period.
Additionally, interested organizations responding to this notice are required to demonstrate their capability, experience, and ability to provide services as per specific instructions provided.

Period of Performance
The contract has a duration of 12 months from the date of award with four 12-month option periods.

Place of Performance
The place of performance for this contract is specified as the Fort Peck Service Unit (FPSU) Verne E. Gibbs and Chief Redstone Health Centers.

Overview

Response Deadline
July 8, 2024, 2:00 p.m. EDT Past Due
Posted
June 18, 2024, 6:28 p.m. EDT
Set Aside
Buy Indian Set-Aside (HHS-only) (BICiv)
Place of Performance
Poplar, MT 59255 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Odds of Award
29%
Signs of Shaping
86% of obligations for similar contracts within the Indian Health Service were awarded full & open.
On 6/18/24 Indian Health Service issued Sources Sought SS-75H709-FP24-004 for ISBEE/IEE Sources Sought / Locum Staffing Services for Fort Peck Service Unit due 7/8/24. The opportunity was issued with a Buy Indian Set-Aside (HHS-only) (BICiv) set aside with NAICS 561320 (SBA Size Standard $34 Million) and PSC Q201.
Primary Contact
Name
Prudence Yellow Owl   Profile
Phone
(406) 247-7252

Secondary Contact

Name
DeeAndra Salabye   Profile
Phone
None

Documents

Posted documents for Sources Sought SS-75H709-FP24-004

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought SS-75H709-FP24-004

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought SS-75H709-FP24-004

Similar Active Opportunities

Open contract opportunities similar to Sources Sought SS-75H709-FP24-004

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > INDIAN HEALTH SERVICE > BILLINGS AREA INDIAN HEALTH SVC
FPDS Organization Code
7527-00244
Source Organization Code
100188044
Last Updated
July 23, 2024
Last Updated By
prudence.yellowowl@ihs.gov
Archive Date
July 23, 2024