Federal Bid

Last Updated on 04 Jan 2019 at 10 PM
Sources Sought
Navajo New mexico

NAIHS Ground Transport Services

Solicitation ID 19-245-SOL-00010
Posted Date 04 Jan 2019 at 10 PM
Archive Date 03 Oct 2019 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navajo Area Office
Agency Department Of Health And Human Services
Location Navajo New mexico United states
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 charged with providing health care services to the eligible Native American population within 25,516 square miles in northern Arizona, western New Mexico, and southern Utah, with three satellite communities in central New Mexico. In order to achieve IHS' commitment for improving Navajo Area's health care system, to allow better access to level of care, the IHS intends to identify potential sources for providing Inter-Facility Non-Emergent and Emergent Ground Transport Medical Services in support of direct patient care.
Ground Transport services are required at KSU facilities; Kayenta Health Center, Kayenta, AZ, Inscription House Health Center, Shonto, AZ and Dennehotso Health Center, Dennehotso, AZ. Four Corners Regional Health Center located in Red Mesa, AZ.
The Kayenta Health Center (KHC) is based in Kayenta, Arizona. The medical staff includes Family Physicians, Internal Medicine Physicians, Nurse Practitioners and Pediatricians and a 24/7 Emergency Department. The Dennehosto Health Center (DHC) is primarily an outpatient facility with a Provider and a RN on duty. The Inscription House Health Center (IHHC) and Four Corners Regional Health Center (FCRHC) are Outpatient Facilities with an Urgent Care Department.

The contractor shall provide Inter-Facility Non-Emergent and Emergent Ground Transport Services for IHS Patients as requested by the KSU AND FCRHC authorizing official.

General requirements:
1. The Contractor shall include medical transport outside the primary response area as medically necessary, which may include intrafacility/interfacility transports to other IHS facilities, Public Law 93-638 facilities.
2. The Contractor shall include inter-facility transports to regional medical facilities off the Navajo Nation reservation.
3. The Contractor shall include flight crew pick up at airstrip/airport and transport to Emergency Room/Urgent Care; patient load up and transport by ground from facility to regional airstrips/airports for the purpose of medical air transfer.
4. The Contractor shall provide vehicles that meet state/federal laws governing the licensing and certification of an emergency medical transportation vehicle as set forth in the CMS guidelines.

The Government does not intend to make an award on the basis of the Sources Sought Notice or otherwise pay for the information provided herein.

RESPONSE INFORMATION

THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM'S CAPABILITY AND EXPERIENCE IN INTER-FACILITY NON-EMERGENT AND EMERGENT GROUND TRANSPORT MEDICAL SERVICES

The capability statement shall sufficiently address how the responder's services will be delivered to the target population in the proposed project in a manner that promotes patient safety and improved clinical quality. The methodology must ensure that the offeror has the capacity to take part in a large-scale implementation of the projected solution. In particular, the responders SHALL address each of the following information:

• Contractor's past performance information that is relevant to this requirement in terms of type and magnitude of work.
• Contractor's capability to simultaneously implement, support and maintain ground transport services for remote health care facilities in Navajo Area. The statement should include a brief summary of average response time for patient care.
• Overview of a required equipment, vehicle, personnel, etc.
• Contractor's methodology to encourage and achieve engagement of patients and providers throughout the project period.
• Contractor's estimated implementation schedule with associated time milestones.
• Contractor's perceived outline of responsibilities (i.e. contractor and federal staff)
• Brief overview of achieving security clearance for all contractor personnel.
• Brief overview of contractor and contractor staff qualifications/certifications.

INSTRUCTIONS TO INDUSTRY

All capable parties are encouraged to respond. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources 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:

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 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, no later than 3:00pm MST on January 15, 2019. 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 all (3) three individuals listed below in order to be considered compliant.


Primary POC:
Kerri Gilmore
Contract Specialist
Email: [email protected]

 

Bid Protests Not Available

Similar Past Bids

Navajo New mexico 07 Apr 2015 at 11 PM
Navajo New mexico 04 Dec 2018 at 4 PM
Kayenta Arizona 28 Feb 2020 at 10 PM
Kayenta Arizona 01 Oct 2019 at 9 PM
Location Unknown 24 Oct 2018 at 8 PM

Similar Opportunities

Navajo dam New mexico 14 Jul 2025 at 9 PM
California 01 Jan 2026 at 1 AM
Quantico Virginia 31 Jul 2025 at 3 PM