Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2024 SAM #8255
SOURCES SOUGHT

B -- Statewide Purchased/Referred Care Delivery Area Study for North Dakota and South Dakota

Notice Date
7/2/2024 1:52:00 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
DIVISION OF ACQUISITIONS POLICY HQ ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
75H70424Q00040
 
Response Due
7/15/2024 9:00:00 AM
 
Archive Date
07/30/2024
 
Point of Contact
Natasha Royal, Phone: 2405350783
 
E-Mail Address
natasha.royal@ihs.gov
(natasha.royal@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
Sources Sought Notice: 75H70424Q00040 Statewide Purchased/Referred Care Delivery Area Study for North Dakota and South Dakota 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: (1) the availability and capability of qualified sources that are: Indian Small Business Economic Enterprises (ISBEEs) and other than small Indian Economic Enterprises (IEEs); and (3) their size classification relative to the North American Industry Classification System (NAICS) code, 541611, for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition set-aside. BACKGROUND The Indian Health Service (IHS), an agency within the Department of Health and Human Services, is responsible for providing federal health services to American Indians and Alaska Natives. The provision of health services to members of federally-recognized tribes grew out of the special government-to-government relationship between the federal government and Indian tribes. This relationship, established in 1787, is based on Article I, Section 8 of the Constitution, and has been given form and substance by numerous treaties, laws, Supreme Court decisions, and Executive Orders. The IHS is the principal federal health care provider and health advocate for Indian people and its goal is to raise their health status to the highest possible level. The IHS provides a comprehensive health service delivery system for American Indians and Alaska Natives who are members of 566 federally recognized Tribes across the U.S. 25 U.S.C. 18 � 1678a directs the IHS to designate North Dakota and South Dakota as Purchased and Referred Care Delivery Areas (PRCDA) to provide PRC services to members of Indian tribes in the States of North Dakota and South Dakota. However, Subsection 1678a (b) prohibits the IHS from curtailing any health care services provided to Indians residing on any reservation, or in any county that has a common boundary with any reservation, in the State of North Dakota or South Dakota, if the curtailment is due to the provision of PRC services in those States pursuant to the designation of the States as a PRCDA. IHS requires contract services to conduct an independent, impartial study and analysis of the implications of expanding North Dakota and South Dakota into statewide PRCDAs.� ORAP is coordinating the study to analyze the benefits and costs for North Dakota and South Dakota to be identified as state-wide PRCDAs.� Tribal share calculations will also need to be performed to determine the implications on Tribal Shares in the event that the States are identified as statewide PRCDAs.� Tribal Consultation requirements are critical to determining how any cost shifts may be impacted in the budget formulation process for annual appropriations. RESPONSE INFORMATION THE CAPABILITY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM�S CAPABILITY TO RESEARCH AND DEVELOP AN IMPARTIAL STUDY AND ANALYSIS OF THE IMPLICATIONS OF EXPANDING NORTH AND SOUTH DAKOTA INTO STATEWIDE PRCDA. In order to respond to this notice, interested firms should address the depth and breadth of professional and technical capabilities and must be able to clearly convey their experience and/or ability to perform in the following areas, which are identified as core services.� It is to be noted that capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required a response to this notice. Firms must be able to demonstrate: PRC Analysis Requirements: Conduct a detailed analysis of the PRC implications of a statewide PRCDA in the states of North Dakota and South Dakota. Identify the current PRC eligible population for each current PRCDA. Identify current user population for each state. Identify the number of members of Indian tribes who reside in each county for each states. Identify the increased PRC eligible population for each of the current PRCDAs. Identify the number of AI/ANs currently issued PRC denials based on not being eligible because of residency in each of the current PRCDAs. Include a review of the Medical Priority level currently being authorized in each PRCDA. Perform an analysis of the cost implications of an expansion to a statewide PRCDA in the states of North Dakota and South Dakota. Identify the current Medical Priority levels being authorized in each PRCDA. Identify the PRC expenditures for each current PRCDA. Identify a cost per capita based on the current PRC eligible population. Identify a cost per capita based on the expanded population. Identify potential population growth Identify additional IHS workforce needed to address the additional population. Prepare a map for each state showing: The current PRCDAs in each State The AI/AN population in each county. Please see the attached Performance Work Statement (PWS) for further details. INSTRUCTIONS TO INDUSTRY Indian Small Business Economic Enterprises (ISBEEs) and other than small Indian Economic Enterprises (IEEs) 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 effectively and efficiently perform the objectives described above. The Government requests interested parties submit a written response to this notice which includes: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, and telephone number(s), and website address d. 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. e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Company�s System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/. 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 solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to the 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, no later than 12:00pm EST on July 15th, 2024.� 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 fifteen (15) pages (excluding coverpage). Interested parties shall submit their response to this notice to the individuals listed below in order to be considered compliant. Primary POC: Natasha Royal Contract Specialist Email: natasha.royal@ihs.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fbd04181a51245618b6493b90090d370/view)
 
Place of Performance
Address: Rockville, MD, USA
Country: USA
 
Record
SN07116113-F 20240704/240702230119 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.