This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or
quotations. 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) capable of
performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice
should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise
Representation Form (attached). Instructions for submission are outlined below.
Indian Small Business Economic Enterprises (ISBEEs) and other small business are highly encouraged to
respond to this notice. However, firms should understand that generic capability statements are not
sufficient for effective evaluation of their capacity and capability to perform the work required.
Responses must directly demonstrate the company’s capability, experience, and ability to provide
Pediatric Dental Operating Room.
The Government requests interested parties submit a written response to this notice, which includes:
a. Company Name.
b. Company Socioeconomic Status.
c. Company System for Award Management (SAM) Unique Entity Identifier (UEI) number.
d. Company point of contact, mailing address, and telephone number(s), and website address
e. Name, telephone number, and e-mail address of a company point of contact who has the
authority and knowledge to clarify responses with government representatives.
f. DUNS Number:
g. Cage Code:
h. Tax ID
i. Date submitted.
j. Applicable company GSA Schedule number or other available procurement vehicle.
k. Company’s System for Award Management (SAM) registration status. All respondents must
register on the SAM located at http://www.sam.gov/.
l. Submit Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form
(attached)
Disclaimer and Important Notes. This notice does not obligate the Government to award 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).
How to respond: Please include the notice IHS 246-24-Q-0147 Wewoka IHS Pediatric Dental Operating
Room in the subject line. Responses must be submitted via email to the Contract Specialist, Mary Ann
Yocham at maryann.yocham@ihs.gov no later than 2:00 PM CST on July 05, 2024.
Capability statements will not be returned and will not be accepted after the due date. The maximum
number of pages for this submission is five (5) pages.
Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
1
Statement of Work (SOW)
Pediatric Dental Operating Room
1. PURPOSE OF THE PROJECT
The Oklahoma City Area Office (OCA), Indian Health Services (IHS) has a requirement for operating room
with sterile equipment and an Anesthesiologist to provide general anesthesia to perform dental pediatric
surgeries.
2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS
2.1. The contractor shall provide an operating room with all equipment associated with the needs of the
OCAIHS pediatric dentist to perform surgeries on pediatric eligible AI/AN beneficiaries.
2.2. The contractor shall provide an anesthesiologist or Certified Registered Nurse Anesthetist (CRNA) and
supplies necessary to place pediatric patients under general anesthesia during each surgery.
3. PERIOD OF PERFORMANCE
This will be a five (5) year Blanket Purchase Agreement (BPA).
4. LEVEL OF EFFORT
4.1.The contractor shall provide a sterile operating room with equipment and supplies to perform dental
pediatrics surgeries.
4.2. The contractor shall provide a facility to perform services that is located with-in twenty-five (25) miles
of Wewoka Indian Health Center 36640 Hwy 56 Wewoka, OK 74884.
4.3. The contractor shall provide sterilizing services to the IHS dental instruments and handpieces needed
for surgeries.
4.4. The contractor shall provide administrative support to the Pediatric Dentist and American Indian and
Alaska Native patients as necessary. including:
(a) Maintenance of patient records. including transcription and copying services as may be necessary
to satisfy all applicable Federal and State laws and policies:
(b) Reasonable accommodations (to the same extent as afforded other outside professional providers)
within Holdenville General Hospital for such periods of time Pediatric Dentist may present to
provide care in the facility: and
(c) An environment that maintains patients' rights to privacy and confidentiality of patient records as
embodied in HIPAA and the Privacy Act of 197
4.5.The contractor shall grant authority to the Pediatric Dentist to prescribe Category 1-5 drugs. or all drugs
contained with Holdenville General Hospitals formulary. if different. To eligible OCAIHS beneficiaries
presented for care within the contractors’ facility.
4.6.The contractor shall provide nursing personnel, a surgical technologist as needed, space, surgical drapes,
the Certified Registered Nurse Anesthetist (CRNA), and pharmaceuticals necessary for the preoperative,
inter-operative, and immediate post-operative care.
5. SPECIAL REQUIREMENTS
5.1. In accordance with HHSAR 304.1301, (a) HHS follows National Institute of Standards and Technology
(NIST) Federal Information Processing Standards (FIPS) Publication (PUB) Number 201-2, Personal
Identity Verification (PIV) of Federal Employees and Contractors, and OMB implementation guidance
for personal identity verification, for all affected contractor and subcontractor personnel when contract
Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
2
performance requires contractors to have routine physical access to a federally-controlled facility and/or
routine physical and logical access to a federally-controlled information system.
5.2.The USPHS Wewoka Indian Health Center is a tobacco/smoke free environment (buildings and
grounds). No tobacco/smoking use will be tolerated during service.
5.3.Security Requirements: Contractor personnel will be required to contact the government designated
point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall
be responsible for the security of all organizational information. Current rules and regulations
applicable to the premises, where the work shall be performed shall apply to the contractor and its
employees while working on the premises. These regulations include but are not limited to, escort by
Wewoka Indian Health Center official, presenting valid identification, smoking restriction and any
safety procedures.
5.4.The contractor shall not disclose or cause to disseminate any information concerning operations of
Wewoka Indian Health Center. Such action(s) could result in violation of the contract and possible legal
actions.
5.4.1.All inquiries, comments, or complaints arising from any matter observed, experienced or learned
of as a result of or in connection with the performance of the contract, the resolution of which may
require the dissemination of official information, shall be directed to the government’s designated
representative.
6. DELIVERABLES AND REPORTING REQUIREMENTS
6.1. Delivery: The contractor will coordinate the delivery, installation and training date with the
designated government employee. The government will provide the contractor with dock access and
building access for this sole purpose. The designated government employee will work with the
pertinent government agency(ies) to secure the needed dock access. No deliveries can be made after
4:15pm. Driver needs a valid ID.
6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the
government’s designated representative for coordination of supplies, delivery, and/or maintenance.
The POC will be empowered to make daily decisions to ensure that the contract implementation and
day-to-day maintenance meets the terms and conditions of this contract.
6.3. Personnel Qualifications: The Contractor shall provide a copy of the Anesthesiologist and/or the
Certified Registered Nurse Anesthetist (CRNA) Oklahoma State Board unrestricted Licenses to
perform the services.
7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES
7.1. The Government shall provide the instruments and equipment for the surgical procedures (including
surgical instruments, spacers, crowns, filling materials, and irrigation equipment), local anesthetic,
fluoride varnish, for use after patient discharge necessary for the proper and clinically appropriate care
and management of American Indian and Alaska Native patients presenting for pediatric dental
services.
8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES
Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel,
materials, supplies and equipment required to perform work under the contract that is not listed in section 7
of this SOW.
Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
3
9. CHANGES TO THE STATEMENT OF WORK (SOW)
Any changes to this SOW shall be authorized and approved only through written correspondence from the
Contracting Officer. Costs incurred by the contractor through the actions of parties other than the
Contracting Officer shall be borne by the contractor.