SOURCES SOUGHT
Q -- NAVAJO AREA IHS - CLINICAL LABORATORY TESTING SERVICES
- Notice Date
- 11/4/2020 3:46:11 PM
- Notice Type
- Sources Sought
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
- ZIP Code
- 86515
- Solicitation Number
- FY21-NAIHS-LAB-TESTING-SERVICES
- Response Due
- 11/18/2020 4:00:00 PM
- Archive Date
- 12/03/2020
- Point of Contact
- Natasha A Bitsoi, Phone: 928-871-1372, Misty Billy, Phone: 5057221213
- E-Mail Address
-
natasha.bitsoi@ihs.gov, misty.billy@ihs.gov
(natasha.bitsoi@ihs.gov, misty.billy@ihs.gov)
- Description
- Introduction: This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources. Your responses to the information requested will assist the Government in determining the appropriate acquisition strategy. Background: The Navajo Area Indian Health Service (NAIHS) is one of 12 regional administrative units of the Indian Health Service (IHS), in the US Department of Health and Human Services. The NAIHS delivers health services to a population of over 244,000 American Indians in five (5) Federal service units on and near the Navajo Nation. The Navajo Nation is one of the largest Indian reservations in the United States. The Navajo Nation consists of more than 25,000 contiguous square miles and three satellite communities, and extends into portions of the states of Arizona, New Mexico, and Utah. NAIHS primarily delivers health services to members of the Navajo Nation and the San Juan Southern Paiute Tribe, and also provides services to other Native Americans, including Zunis, Hopis, and other American Indian beneficiaries. NAIHS provides inpatient, emergency, outpatient, public health, and other services at four hospitals: Chinle Comprehensive Health Care Facility, Crownpoint Health Care Facility, Gallup Indian Medical Center, and Northern Navajo Medical Center (Shiprock, NM). These inpatient facilities comprise a total of 222 hospital beds. The Kayenta Health Center in Kayenta, AZ will transition to begin operating as an Alternative Rural Hospital in mid-2020 by offering ten short stay nursing beds and ambulatory surgery. Navajo Area also has seven full-time health centers providing outpatient, community health, preventive health, and other services. There are also five part-time health stations. General Requirements: Purpose: The purpose of the contract is for the provision of Referral Clinical Laboratory (General/Routine) Testing Services for the Navajo Area Indian Health Service (NAIHS) facilities. Scope: The Contractor shall provide clinical lab testing services to the following NAIHS locations:� Chinle Comprehensive Health Care Facility, Tsaile Health Center, Pinon Health Center, Tohatchi Health Center, Crownpoint Health Care Facility, Kayenta Health Center, Inscription House Health Center, Gallup Indian Medical Center, Dzilth-Na-O-Dith-Hle (DZ) Health Center, Four Corners Regional Medical Center and the Northern Navajo Medical Center.� The relative number of specimens submitted by each NAIHS location is variable and dependent upon the size of each facility.� As a whole, 160,000 clinical lab specimens should be submitted annually among the NAIHS locations.� As a general standard, these testing services do not encompass cytology, histology, or pathology specimens.� However, there may be an occasion to submit on an �as needed basis�. Duties and Responsibilities: These duties encompass general/routine lab testing services to include specimen collection, specimen pickup/transport, testing, and reporting. Place of Performance: With regard to specimen collection, pickup, transport and ordering/reporting, the service will be performed at the various NAIHS facilities.� With regard to specimen testing, the service will be performed at the Contractor�s testing locations. Experience: The Contractor shall ensure that all laboratory technical personnel are trained and licensed in accordance to CLIA�88 Standards. Accreditation: The Contractor�s personnel performing services under this contract shall be accredited by an accrediting agency such as the Joint Commission, College of American Pathologist, or Centers for Medicare and Medicaid Services. Response Information: THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM�S CAPABILITY AND EXPERIENCE IN CLINICAL LABORATORY TESTING SERVICES. In particular, the responders SHALL address each of the following information: Contractor�s capability to complete over 160,000 various clinical lab specimens. (These testing services do not encompass cytology, histology, or pathology specimens.) Contractor�s testing location and if applicable lab testing sites within a 400 mile radius of NAIHS Facilities. Contractor�s capability to collect, pickup, transport and ordering/reporting over 350,000 annual testing requirements for all NAIHS Facilities and satellite clinics.� Brief overview of contractor and contractor staff qualifications/certifications. Contractor�s past performance information that is relevant to this requirement in terms of type and magnitude of work. Contractor�s estimated implementation schedule with associated time milestones. Instructions to Industry: All capable parties are encouraged to respond. Responses must directly demonstrate the company�s capability, experience, and ability to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice. The Government requests interested parties submit a written response to this notice which includes: Company Name. Company DUNS number. Company point of contact, mailing address, e-mail address and telephone number(s), and website address. Point of contact shall have the authority and knowledge to clarify responses with government representatives. Applicable company GSA Schedule number or other available procurement vehicle. Company Size status: Large, Small, SDVOSB, SDB? System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/. Geographic Coverage: Please identify the areas of the United States where your organization provides these services. References: Provide a list of all private industry or government contracts for similar services that you have performed during calendar years 2017 through 2020. Please include the customers� contact names, addresses, telephone number, dollar value of contract, and brief description of the services provided on the contract. Disclaimer and Important Notes: This notice does not obligate the Government to award a 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). Responses must be submitted via email to the Primary and Secondary POCs, no later than 5:00pm MST on November 18, 2020. NO QUESTIONS WILL BE ACCEPTED. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is ten (10) pages. Interested parties shall submit their response to this notice to individuals listed below in order to be considered compliant. Primary POC: Natasha Bitsoi Contract Specialist Email: Natasha.Bitsoi@ihs.gov 928-871-1372 Secondary POC: Misty Billy Contract Specialist Email: Misty.Billy@ihs.gov 505-722-1213
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2d83dc3f2cea446e91d7d2f498c828c2/view)
- Place of Performance
- Address: Window Rock, AZ 86515, USA
- Zip Code: 86515
- Country: USA
- Zip Code: 86515
- Record
- SN05846347-F 20201106/201104230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |