AMENDMENT #1-POSTING : SF30 IN ATTACHMENTS
QUESTIONS AND ANSWERS: RFP-25-PHX-05 – RN Services at Parker & Moapa (30 Jan 2025)
Parker Indian Health Center:
QUESTION: Med-Surg Inpatient RN Services – Please confirm if this indicates a single full-time equivalent or multiple staff members covering the required hours.
ANSWER: Up to 2 full time equivalent (one day, one night, 12 hours shifts, up to 84 hours per pay period for each FTE)
Moapa Health Clinic:
QUESTION: Outpatient RN Services – Clarification on whether this covers one full-time position or multiple shifts.
ANSWER: one full time equivalent (days only)
END OF QUESTIONS AND ANSWERS
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items/service prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number RFP-25-PHX-05 and the solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2025-02 effective 3 January 2025. This RFP is set-aside for Native American firms IAW Buy Indian Act of 1910 (16 MARCH 2022). The North American Industry Classification System (NAICS) Code for this acquisition is 621399 for Office of All Other Miscellaneous Health Practitioners with size standard of $10M; Product Service Code (PSC) is Q401- Medical –Nursing. The proposed contract action is to provide non-personal professional REGISTERED NURSING SERVICES AT PARKER IHS INDIAN HOSPITAL LOCATED IN PARKER, ARIZONA AND MOAPA HIS HEALTH CLINIC LOCATED IN MOAPA, NEVADA in accordance with the Statement of Work (SOW).
Period of Performance – Estimated base period of 27 March 2025 thru 26 March 2026.
Places of Performance:
Parker Indian Hospital
Parker PHS Indian Hospital
12033 Agency Road
Parker, Arizona 85344
From this facility, you will be providing quality health care to the members of all five tribes. The 17-bed JCAHO-accredited hospital is staffed by six primary care physicians and one physician's assistant. We provide the Indian community with general medical care and pediatric services. Specialty outpatient services are provided on-site by IHS, by contract specialists or by off-site referrals. Obstetric patients are generally sent for delivery to local private facilities. Patients requiring surgical and more complex hospitalizations are referred to Phoenix Indian Medical Center, about 150 miles distant.
Moapa Valley, Nevada
Irene Benn Medical Center
#10 Lincoln St
Moapa, NV 89025
Phone: 702-865-2700
This small ambulatory care facility is located in Nevada and is also part of the Colorado River Service Unit.
The FAR provisions 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services, will be utilized and applies. Please see specific evaluation criteria listed within Addendum to FAR 52.212-2 Evaluation-Commercial Items. Offeror’s to be considered responsible shall submit an completed copy of updated data and information in System for Award Management (SAM), FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2024) with its offer. The provision may be submitted and accessed at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. It is the contractor's responsibility to be familiar with the applicable clauses and provisions.
The FAR clauses at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. With no addenda to the clause. The FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and the additional FAR clauses marked are applicable to the acquisition.
The Government will award firm, fixed price contract(s) resulting from this Solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered utilizing procedures under FAR Part 12.
Electronic submission of proposals: Proposals shall be submitted electronically via email to Michele.Lodge@ihs.gov. no later than 19 February 2025 at 3pm (Eastern Time). You may reach Michele Lodge at 702-204-9522 for information regarding the solicitation.
Attachments:
A) Rate Schedule
B) Business Associate Agreement
C) 2025 Tax Exemption
D) Statement of Work
E) Timesheet
F) IEE Representation Form
G) Wage Determination – Parker
H) Wage Determination- Moapa
I) Provisions Clauses Terms and Instructions (additional provisions & clauses as applicable)