Federal Bid

Last Updated on 11 Jul 2024 at 6 PM
Combined Synopsis/Solicitation
Wewoka Oklahoma

WEWOKA IHS DENTAL PEDIATRICS OPERATING ROOM

Solicitation ID 246-24-Q-0147
Posted Date 11 Jul 2024 at 6 PM
Archive Date 06 Aug 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Ok City Area Indian Health Svc
Agency Department Of Health And Human Services
Location Wewoka Oklahoma United states 74884

Combined Synopsis/Solicitation RFQ # 246-24-Q-0147
Page 1 of 5
This is a combined synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with
additional information included in this notice. This announcement constitutes the only
solicitation; quotes are being requested in response to this notice and a written solicitation
will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-
24-Q-0147. Submit only written quotes for this RFQ. This solicitation is NOT SET ASIDE
FOR SMALL BUSINESS. This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 2024-05. The associated
NAICS code is 622110.
This RFQ contains ONE (1) Line Items:
CLIN DESCRIPTION
01 Pediatric Dental Operating Room - 09/19/2024 – 09/18/2029
PERIOD OF PERFORMANCE: 09/19/2024 – 09/18/2029
The estimated value of the Blanket Purchase Agreement (BPA) Order is $1,573,000.00
Vendor Requirements: SEE ATTACHED STATEMENT OF WORK
Submit Quotes no later than: 07/22/2024 02:00p.m. CDT to the Following Point of Contact:
Mary Ann Yocham, Contract Specialist, via Email: [email protected].
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price BPA resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be most advantageous to the
Government, with location and past history being more important than price. The following factors
shall be used to evaluate offers:
Best Value (see criteria below)
Pricing
- Pricing will be evaluated by adding all the prices of evaluated items together for a
cumulative price. Vendor shall offer Medicare like rates.
Location
- Vendor facility shall be located with-in 25 miles from the Wewoka Indian Health
Center 33640 Hwy 270 Wewoka, OK 74884.
Technical Capabilities
• Vendor shall possess a current, unrestricted license in the State of Oklahoma for
Anesthesiologist or Certified Registered Nurse Anesthetist.
• Shall meet accreditation standards for Joint Commission or HHHAC for sterilization
process.
Past History Performance
- Vendor shall submit 3 past history performance references
Combined Synopsis/Solicitation RFQ # 246-24-Q-0147
Page 2 of 5
VENDORS SHALL SUBMIT THE FOLLOWING:
COMPLETED PRICE SCHEDULE
COPY OF LICENSE
ADDRESS WHERE SERVICES WILL BE PERFORMED
PAST HISTORY PERFORMANCE REFERENCES
STERILIZATION PROCESS
VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE
SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING
SOLICITED
This solicitation will result in a firm fixed price Blanket Purchase Agreement pursuant to the terms
and conditions below. Terms and conditions other than those stated will not be accepted. The
above pricing is all inclusive.
PROVISIONS: The following FAR provisions apply to this solicitation:
FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations
and Certifications- Commercial Items (the offeror should include a completed copy of this
provision with their quote).
CLAUSES: The following FAR clauses apply to this solicitation:
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services
(Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or
Executive Orders-Commercial Products and Commercial Services (May 2024) (to include the
following clauses sited): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government
(Jun 2020); FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-
10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR
52.204-14, Service Contract Reporting Requirements (Oct 2016); FAR 52.204-27, Prohibition on
a ByteDance Covered Application (Jun 2023); FAR 52.204-30, Federal Acquisition Supply Chain
Security Act Orders-Prohibition, (Dec 2023); FAR 52.209-6, Protecting the Government’s Interest
when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov
2021); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business
Concerns (Oct 2022); FAR 52.219-8, Utilization of Small Business Concerns (Feb 2024); FAR
52.219-9, Small Business Subcontracting Plan (Sep 2023); FAR 52.219-16, Liquidating Damages-
Subcontracting Plan (Sep 2021); FAR 52.219-28, Post Award Small Business Program
Representation (Feb 2024); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child
Labor-Cooperation with Authorities and Remedies (Feb 2024); FAR 52.222-21, Prohibition of
Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-35,
Equal Opportunity for Veterans (Jun 2020); FAR 52.222-36, Equal Opportunity for Workers with
Disabilities (Jun 2020); FAR 52.222-37, Employment Reports on Veterans (Jun 2020); FAR
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010);
FAR 52.222-50, Combatting Trafficking in Persons (Nov 2021); FAR 52.223-23, Sustainable
Products and Services (May 2024); FAR 52.224-3, Privacy Training (Jan 2017); FAR 52.225-13,
Restrictions on Certain Foreign Purchases (Feb 2021); FAR 52.226-8, Encouraging Contractor
Policies to Ban text Messaging While Driving (May 2024); FAR 52.232-33, Payment by Electronic
Funds Transfer- System for Award Management (Oct 2018); FAR 52.222-53, Exemption from
Application of the Service Contract Labor Standards to Contracts for Certain Services-
Requirements (May 2014); FAR 52.224-1, Privacy Act Notification (Apr 1984); FAR 52.224-2,
Combined Synopsis/Solicitation RFQ # 246-24-Q-0147
Page 3 of 5
Privacy Act (Apr 1984); FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998); FAR
52.252-6, Authorized Deviations in Clauses (Nov 2020); HHSAR 352.203-70, Anti-Lobbying (Dec
2015); HHSAR 352.204-72, Records Management (Feb 2024); HHSAR 352.208-70, Printing and
Duplication (Dec 2015); HHSAR 352.211-3, Paperwork Reduction Act (Dec 2015); HHSAR
352.219-70, Mentor-Protégé Program (Dec 2015); HHSAR 352.219-71, Mentor-Protégé Program
Reporting Requirements (Jan 2010); HHSAR 352.222-70, Contractor Cooperation in Equal
Employment Opportunity Investigations (Dec 2015); HHSAR 352.223-70, Safety and Health (Dec
2015); HHSAR 352.226-1, Indian Preference (Dec 2015); HHSAR 352.232-71, Electronic
Submission of Payment Requests; HHSAR 352.237-70, Pro-Children Act, HHSAR 352.237-71,
Crime Control Act-Reporting of Child Abuse (Dec 2015); HHSAR 352.237-72, Crime Control Act-
Requirement for Background Checks (Dec 2015); HHSAR 352.237-73, Indian Child Protection
and Family Violence Act (Dec 2015); HHSAR 352.237-74, Non-Discrimination in Service Delivery
(Dec 2015); HHSAR 352.239-78, Information and Communication Technology Accessibility Notice
(Feb 2024); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb
2024); The above Provisions and Clauses may be obtained via internet at
https://www.acquisition.gov/
And https://www.acquisition.gov/hhsar
FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the
rates specified in the contract. These rates may be adjusted only as a result of revisions to
prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised
more than once, but the total extension of performance hereunder shall not exceed 6 months. The
Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
(End of clause)
FAR 52.209-7 Information Regarding Responsibility Matters. (Oct 2018)
(a) Definitions. As used in this provision—
Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to
make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative
Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of
Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State
level but only in connection with performance of a Federal contract or grant. It does not include
agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.
Federal contracts and grants with total value greater than $10,000,000 means—
(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery,
indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award
Schedules).
Principal means an officer, director, owner, partner, or a person having primary management or
supervisory responsibilities within a business entity (e.g., general manager; plant manager; head
of a division or business segment; and similar positions).
(b) The offeror □ has □ does not have current active Federal contracts and grants with total value
greater than $10,000,000.
Combined Synopsis/Solicitation RFQ # 246-24-Q-0147
Page 4 of 5
(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by
submission of this offer, that the information it has entered in the Federal Awardee Performance
and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of
submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in
connection with the award to or performance by the offeror of a Federal contract or grant, been
the subject of a proceeding, at the Federal or State level that resulted in any of the following
dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine,
penalty, reimbursement, restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in–
(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or
compromise with an acknowledgment of fault by the Contractor if the proceeding could have led
to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of
this provision, whether the offeror has provided the requested information with regard to each
occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision
in FAPIIS as required through maintaining an active registration in the System for Award
Management, which can be accessed via https://www.sam.gov (see 52.204-7).
(End of provision)
HHSAR 352.224-70, Notification of System of Records Notice. (Deviation) (FEB 2024)
(a) This contract provides for the design, development, or operation of a system of records about
individuals from which information about an individual is retrieved by the individual’s name or by
some other identifying particular assigned to the individual.
(b) The System of Records Notice(s) (SORN(s)) that is applicable to this contract is/are:
09-17-0001 Medical, Health, and Billing Records Systems
09-17-0005 Personal health Records (PHR) Administrative Records- IHS
(c) The System of Records design, development, or operation work the Contractor is to perform
is: as outlined in the attached statement of work.
(d) The disposition to be made of the Privacy Act records upon completion of contract performance
is as follows: Destroy the records or if there is a legitimate need for a contractor to keep the records
after completion of a contract, the contractor must take measures as defined in HHSAR 352.224-
71.
(e) Subcontract flow down. The Contractor is required to include this clause in all subcontracts at
any tier performing work under the prime contract involving design, development, or operation
work involving a System of Records.
(End of clause)
Combined Synopsis/Solicitation RFQ # 246-24-Q-0147
Page 5 of 5
HHSAR 352.224-71, Confidential Information. (Deviation) (FEB 2024)
(a) Definition. As used in this clause—
Confidential information means information or data of a personal nature about an individual, or
proprietary information or data submitted by or pertaining to an institution or organization.
(b) Identification of information. Specific confidential information or categories of information that
the Government will furnish to the Contractor, or that the Contractor is expected to generate, is
identified in this contract.
(c) Disclosure. The Contractor shall not disclose confidential information or records until: written
notice is provided to the Contracting Officer at least 45 days in advance the Contractor's intent to
release findings of studies or research, to which an agency response may be appropriate to protect
the public interest or that of the agency. The Contractor shall not disseminate or publish such
information without the written consent of the Contracting Officer.
(d) Government furnished or provided information: For information provided by or on behalf of the
government—
(1) The publication or dissemination of the following types of information are restricted under this
contract: ANY GOVERNMENT RECORD INFORMATION, PAYMENT INFORMATION,
EMPLOYEE/PATIENT PHI OR PII.
(2) The reason(s) for restricting the types of information identified in subparagraph (d)(1) is/are:
HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT OF 1996 AND PRIVACY
ACT OF 1974 (2020 EDITION).
(e) The Contractor shall consult with the Contracting Officer when there is uncertainty with regard
to the confidentiality of, or a property interest in, information under this contract prior to the release,
disclosure, dissemination, or publication of such information.
(End of clause)
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE
ELECTRONIC SUBMISSION. ([email protected])
All contractors must be registered in the System for Award Management database located
at https://www.sam.gov/sam/ prior to any contract award. Please submit the following
information with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number,
Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote
expires, warranty, total price for each line item, total quote price, and technical
documentation in sufficient detail to determine technical acceptability. Failure to provide
sufficient technical detail may result in rejection of your quote.
WEWOKA IHS PEDIATRIC DENTAL OPERATING ROOM
PRICE SCHEDULE
BASE YEAR
ITEM CHARGE
FACILITY FEE (to include everything needed in the
room: sterilization, support staff, etc.…)
ANESTHESIOLOGIST/CRNA FEE
YEAR 1
ITEM CHARGE
FACILITY FEE (to include everything needed in the
room: sterilization, support staff, etc.…)
ANESTHESIOLOGIST/CRNA FEE
YEAR 2
ITEM CHARGE
FACILITY FEE (to include everything needed in the
room: sterilization, support staff, etc.…)
ANESTHESIOLOGIST/CRNA FEE
YEAR 3
ITEM CHARGE
FACILITY FEE (to include everything needed in the
room: sterilization, support staff, etc.…)
ANESTHESIOLOGIST/CRNA FEE
YEAR 4
ITEM CHARGE
FACILITY FEE (to include everything needed in the
room: sterilization, support staff, etc.…)
ANESTHESIOLOGIST/CRNA FEE
Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
1
Statement of Work (SOW)
Pediatric Dental Operating Room
1. PURPOSE OF THE PROJECT
The Oklahoma City Area Office (OCA), Indian Health Services (IHS) has a requirement for operating room
with sterile equipment and an Anesthesiologist to provide general anesthesia to perform dental pediatric
surgeries.
2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS
2.1. The contractor shall provide an operating room with all equipment associated with the needs of the
OCAIHS pediatric dentist to perform surgeries on pediatric eligible AI/AN beneficiaries.
2.2. The contractor shall provide an anesthesiologist or Certified Registered Nurse Anesthetist (CRNA) and
supplies necessary to place pediatric patients under general anesthesia during each surgery.
3. PERIOD OF PERFORMANCE
This will be a five (5) year Blanket Purchase Agreement (BPA).
4. LEVEL OF EFFORT
4.1.The contractor shall provide a sterile operating room with equipment and supplies to perform dental
pediatrics surgeries.
4.2. The contractor shall provide a facility to perform services that is located with-in twenty-five (25) miles
of Wewoka Indian Health Center 36640 Hwy 56 Wewoka, OK 74884.
4.3. The contractor shall provide sterilizing services to the IHS dental instruments and handpieces needed
for surgeries.
4.4. The contractor shall provide administrative support to the Pediatric Dentist and American Indian and
Alaska Native patients as necessary. including:
(a) Maintenance of patient records. including transcription and copying services as may be necessary
to satisfy all applicable Federal and State laws and policies:
(b) Reasonable accommodations (to the same extent as afforded other outside professional providers)
within Holdenville General Hospital for such periods of time Pediatric Dentist may present to
provide care in the facility: and
(c) An environment that maintains patients' rights to privacy and confidentiality of patient records as
embodied in HIPAA and the Privacy Act of 197
4.5.The contractor shall grant authority to the Pediatric Dentist to prescribe Category 1-5 drugs. or all drugs
contained with Holdenville General Hospitals formulary. if different. To eligible OCAIHS beneficiaries
presented for care within the contractors’ facility.
4.6.The contractor shall provide nursing personnel, a surgical technologist as needed, space, surgical drapes,
the Certified Registered Nurse Anesthetist (CRNA), and pharmaceuticals necessary for the preoperative,
inter-operative, and immediate post-operative care.
5. SPECIAL REQUIREMENTS
5.1. In accordance with HHSAR 304.1301, (a) HHS follows National Institute of Standards and Technology
(NIST) Federal Information Processing Standards (FIPS) Publication (PUB) Number 201-2, Personal
Identity Verification (PIV) of Federal Employees and Contractors, and OMB implementation guidance
for personal identity verification, for all affected contractor and subcontractor personnel when contract
Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
2
performance requires contractors to have routine physical access to a federally-controlled facility and/or
routine physical and logical access to a federally-controlled information system.
5.2.The USPHS Wewoka Indian Health Center is a tobacco/smoke free environment (buildings and
grounds). No tobacco/smoking use will be tolerated during service.
5.3.Security Requirements: Contractor personnel will be required to contact the government designated
point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall
be responsible for the security of all organizational information. Current rules and regulations
applicable to the premises, where the work shall be performed shall apply to the contractor and its
employees while working on the premises. These regulations include but are not limited to, escort by
Wewoka Indian Health Center official, presenting valid identification, smoking restriction and any
safety procedures.
5.4.The contractor shall not disclose or cause to disseminate any information concerning operations of
Wewoka Indian Health Center. Such action(s) could result in violation of the contract and possible legal
actions.
5.4.1.All inquiries, comments, or complaints arising from any matter observed, experienced or learned
of as a result of or in connection with the performance of the contract, the resolution of which may
require the dissemination of official information, shall be directed to the government’s designated
representative.
6. DELIVERABLES AND REPORTING REQUIREMENTS
6.1. Delivery: The contractor will coordinate the delivery, installation and training date with the
designated government employee. The government will provide the contractor with dock access and
building access for this sole purpose. The designated government employee will work with the
pertinent government agency(ies) to secure the needed dock access. No deliveries can be made after
4:15pm. Driver needs a valid ID.
6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the
government’s designated representative for coordination of supplies, delivery, and/or maintenance.
The POC will be empowered to make daily decisions to ensure that the contract implementation and
day-to-day maintenance meets the terms and conditions of this contract.
6.3. Personnel Qualifications: The Contractor shall provide a copy of the Anesthesiologist and/or the
Certified Registered Nurse Anesthetist (CRNA) Oklahoma State Board unrestricted Licenses to
perform the services.
7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES
7.1. The Government shall provide the instruments and equipment for the surgical procedures (including
surgical instruments, spacers, crowns, filling materials, and irrigation equipment), local anesthetic,
fluoride varnish, for use after patient discharge necessary for the proper and clinically appropriate care
and management of American Indian and Alaska Native patients presenting for pediatric dental
services.
8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES
Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel,
materials, supplies and equipment required to perform work under the contract that is not listed in section 7
of this SOW.
9. CHANGES TO THE STATEMENT OF WORK (SOW)
Any changes to this SOW shall be authorized and approved only through written correspondence from the
Contracting Officer. Costs incurred by the contractor through the actions of parties other than the
Contracting Officer shall be borne by the contractor.
 

Bid Protests Not Available

Similar Past Bids

Wewoka Oklahoma 22 Jun 2012 at 8 PM
Wewoka Oklahoma 13 Jun 2011 at 9 PM
Wewoka Oklahoma 17 Jun 2010 at 8 PM
Wewoka Oklahoma 28 May 2014 at 8 PM
Wewoka Oklahoma 01 Jul 2009 at 9 PM

Similar Opportunities

Redstone arsenal Alabama 15 Mar 2027 at 10 PM
Springfield Virginia 16 Jul 2025 at 3 AM
Fort belvoir Virginia 30 Sep 2026 at 4 AM
Fort belvoir Virginia 30 Sep 2026 at 4 AM