Sources Sought: Non-Personal Services – Temporary Rental of a mobile Computer Augmented Tomography Scanner for the Indian Health Service (IHS) Great Plains Area (GPA) locations.
Sources Sought Notice Number: IHS1504291
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE), or Indian Economic Enterprises (IEE)
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 621512, Diagnostic Imaging Centers.
- BACKGROUND
The Indian Health Service (IHS), Great Plains Area (GPA) locations plans to identify potential sources providing Non-Personal Services – Temporary Rental of a mobile Computer Augmented Tomography Scanner
2.0 OBJECTIVE
The Great Plains Area Office in Aberdeen, South Dakota, works in conjunction with its 19 Indian Health Service Units and Tribal managed Service Units to provide health care to approximately 130,000 Native Americans located in North Dakota, South Dakota, Nebraska, and Iowa. The Area Office’s service units include seven hospitals, eight health centers and several smaller health stations and satellite clinics.
Each facility incorporates a comprehensive healthcare delivery system. The hospitals, health centers and satellite clinics provide inpatient and outpatient care and conduct preventive and curative clinics. The Great Plains Area also operates an active research effort through its Area Epidemiology Program. Research projects deal with diabetes, cardiovascular disease, cancer and the application of health risk appraisals in all communities.
Tribal involvement is a major objective of the program, and several tribes have assumed management for their own health care programs through contractual arrangements with the Indian Health Service.
- SCOPE
Locations:
Pine Ridge Comprehensive Health Care Facility
P.O. Box 1201
East Highway 18
Pine Ridge, South Dakota 57770
Cheyenne River Health Center
(Eagle Butte Hospital)
24276 166th Street, Airport RD.
Eagle Butte, SD 57625
Rosebud Comprehensive Health Care Facility
400 Soldier Creek RD,
P.O. Box 400
Rosebud, South Dakota 57570
- CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS: Refer to the Statement of Work Statement.
- TYPE OF ORDER
This is a sources sought notice. Information received shall determine the best contract type forthcoming.
- ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: 06/01/2025 – 05/31/2026
- PLACE OF PERFORMANCE
Pine Ridge Comprehensive Health Care Facility
P.O. Box 1201
East Highway 18
Pine Ridge, South Dakota 57770
Cheyenne River Health Center
(Eagle Butte Hospital)
24276 166th Street, Airport RD.
Eagle Butte, SD 57625
Rosebud Comprehensive Health Care Facility
400 Soldier Creek RD,
P.O. Box 400
Rosebud, South Dakota 57570
- Scope of Work
Please see attach Scope of Work for CT Rental
- PAYMENT
Payments shall be made within the IPP.GOV
- Anticipated Period of Performance:
Period of Performance: Date of award – 06/30/2025
- Capability Statement/Information:
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm’s own risk. The following information shall be included in the capability statement:
- 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 Contact’s Name, telephone number, and e-mail address. Company POC shall have the authority and knowledge to clarify responses.
- System for Award Management (SAM) Unique Entity Identifier (UEI) number, expiration, 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 statement 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 for the same services that you have performed within the last 3 years. For each contract, include the company’s Point of Contact’s name, email address, telephone number, dollar value of contract, and description of the services provided on the contract. The Government may contact these entities to conduct past performance checks. Reference letters accepted.
- Staffing Levels: Provide evidence your company has adequate levels of qualified healthcare provider staff to meet the Qualifications and Requirements listed in the Performance Work Statement (PWS).
- Staffing Capability: Provide the last time you successfully placed a provider in a contract position. Provide detailed information such as name, email address, telephone number, dollar value of contract, and description of the services provided on the contract.
- Technical Capability: Provide a response to how the company will respond to staff shortages / absenteeism / replacement in providing services.
- If American Indian/Native American owned small business, then complete attached IEE Representation form.
12.0 Closing Statement
Point of Contact: Ashleigh Yazzie, Contract Specialist, Email: ashleigh.yazzie@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to ashleigh.yazzie@ihs.gov, Administrative Contracting Officer. Must include Sources Sought Number IHS1504291 in the Subject line. The due date for receipt of statements is April, 15th 2024, 12:00 p.m. Mountain Time.
All responses must be received by the specified due date and time in order to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.
IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract 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 in SAM.gov. 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.