IHS, Claremore CRNA Services

SOL #: HHSI24622Q0038Combined Synopsis/Solicitation

Overview

Buyer

Health And Human Services
Indian Health Service
OK CITY AREA INDIAN HEALTH SVC
OKLAHOMA CITY, OK, 73114, United States

Place of Performance

Claremore, OK

NAICS

Offices of All Other Miscellaneous Health Practitioners (621399)

PSC

Anesthesiology Services (Q501)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 15, 2021
2
Submission Deadline
Dec 22, 2021, 12:00 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for proposals being requested.  The solicitation is issued as Request for Quote (RFQ) # HHSI246-22-Q-0038 to one or more purchase orders for two (2) full-time non personal certified registered nurse anesthetists (CRNA) for a period of performance of three months with an option to extend. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular’s most current version.

The Indian Health Service intends to award firm fixed price purchase orders to one or more vendors.  The Government may make an award without discussion therefore, the quote should contain the best price and shall be determined to be the best overall value and most advantageous to the Government.  

CLAUSES INCORPORATED BY FULL TEXT:  Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.

The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014), applies to this acquisition. In addition to the information required in FAR 52.212-1, offerors shall provide the following: (1)  candidate resume, (2) Oklahoma Area Locum Form,  (3) verification of indemnification, and (4) all-inclusive hourly rate.

The provisions of 52.212-2, Evaluation – Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price and (2) Past Performance.   All factors are equal in importance.

Past performance shall demonstrate how well the offeror delivers quality patient care; meets customer expectations; complies with previous federal contracts and statements of work; demonstrates ability to manage and meet priority timelines; and demonstrate overall performance on work similar in complexity to services described in the statement of work.  Government reserves the right to use both the information provided in the offeror’s proposal and information obtained from other sources, such as the Contractor’s Performance Assessment Reporting System (CPARS) or similar systems, and commercial sources. The Government may also use information from its own files, information provided by the offeror, or from any other sources it deems appropriate. 

The proposed prices will be evaluated for price reasonableness. Reasonableness must represent a price to the Government a prudent person would pay in the conduct of competitive business. 

Offerors are cautioned that unreasonable prices may be grounds for eliminating a proposal from the competition based upon an apparent lack of understanding of the requirement.

Proposals shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Mar 2015) or indicate certifications in ORCA at https://orca@bpn,gov.

The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (May 2015), applies to this acquisition.  The FAR and HHSAR clauses that apply are listed in the solicitation.

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items (May 2015) applies to this acquisition.

Quotes are due by 5:00 pm CST, December 21, 2021, and shall be emailed to Judy Eaves at judy.eaves@ihs.gov.  All responsible sources may submit a response which, if timely received, will be considered by the agency.

People

Points of Contact

Judy EavesPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Dec 15, 2021
IHS, Claremore CRNA Services | GovScope