Montana Bids > Bid Detail

IEE/ISBEE Mobile Mammography Services for Blackfeet Service Unit

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159249846742407
Posted Date: Jun 1, 2023
Due Date: Jun 8, 2023
Solicitation No: SS-75H709-BF23Q-023
Source: https://sam.gov/opp/1dc0bfb313...
Follow
IEE/ISBEE Mobile Mammography Services for Blackfeet Service Unit
Active
Contract Opportunity
Notice ID
SS-75H709-BF23Q-023
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
BILLINGS AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Jun 01, 2023 08:54 am MDT
  • Original Published Date: May 22, 2023 03:20 pm MDT
  • Updated Response Date: Jun 08, 2023 03:00 pm MDT
  • Original Response Date: Jun 07, 2023 03:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jun 23, 2023
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: Q522 - MEDICAL- RADIOLOGY
  • NAICS Code:
    • 621512 - Diagnostic Imaging Centers
  • Place of Performance:
    Browning , MT
    USA
Description View Changes

***Amendment 1*** New IEE representation form for completion, updated IEE definition. Response time is extended by one (1) day. Please submit the one page B11-IEE Representation Form.pdf with your response.



DEFINITIONS



INDIAN ECONOMIC ENTERPRISE (IEE):



Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that:




  • The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%;

  • The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must receive at least a majority of the earnings from the contract; and

  • The management and daily business operations must be controlled by one or more individuals who are Indians.



*******



This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable.





The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached). Instructions for submission are outlined below:





DEFINITIONS



INDIAN ECONOMIC ENTERPRISE (IEE):



Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that:




  • The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%;

  • The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must, together, receive at least 51% of the earnings from the contract; and

  • The management and daily business operations must be controlled by one or more individuals who are Indians.





DESCRIPTION OF REQUIREMENT



NAICS:



621512 – Diagnostic Imaging Centers



Size Standard: $19M





Duration:



One (1) Year with Four (4) Optional Years





Work Schedule:



Onsite services shall be available for a minimum of two (2) days to a maximum of four (4) days per month. A full clinic day consists of eight (8) hours. Onsite visits will be alternating days of the week, to be determined by the COR and mammography scheduler. In the event of inclement weather or days in which the Contractor’s mobile coach is inoperable and the scheduled services are unable to be provided, services must be rescheduled to assure that the minimum numbers of days are performed each month.





Statement of Work:



The Contractor shall provide non-personal healthcare services. The Contractor shall be responsible for providing all equipment and services required for the performance of breast examinations, collection, storage and transmission of images, diagnostic interpretations, and professional judgement and diagnosis for specific medical treatment. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialties concerned. The Contractor shall ensure that any subcontracts for the provision of services covered contains the requirement of FAR clause 52-237-7, including the maintenance of medical liability insurance.






  1. The Contractor shall provide mobile digital mammography exam services as ordered by the attending physician. The Contractor personnel shall independently perform professional reads/interpretations of all imaging studies performed and shall be available for phone consultation for verbal interpretation of any procedure.

  2. The Contractor shall complete exams to include mammogram screenings and diagnostic mammography, 3D Mammography, breast ultra-sonography, dual x-ray absorptiometry (DEXA) scans, and further advanced diagnostic mammography imaging as ordered based on screening results.

  3. The Contractor shall be responsible for all equipment, materials and incidentals required for patient screening exams, diagnostic exams and all associated services including imaging techniques, positioning, and quality of exam imaging transmitted for interpretations.

  4. The Contractor shall perform all exams using appropriate equipment with electronic capabilities for diagnostic interpretations to be completed electronically. All exams and diagnostic interpretations shall be digitized utilizing the existing Radiographic and Picture Archiving and Communication System (PACS) network and computerized system in place at BCH. All patient exams shall be entered into the electronic health record (EHR) and the Resource and Patient Management System (RPMS) system of the IHS.

  5. The Contractor shall provide the mobile mammography coach with all equipment tools, incidentals, connection capability requirements to perform services safely in accordance with JCAHO, FDA/MQSA and CMS guidelines.

  6. The Contractor shall provide a full clinic day of eight (8) hours for each visit. Visits may be canceled by the BCH due to inclement weather which will be rescheduled as per agreement with the Contractor.

  7. The Contractor shall provide all required QA/QS licenses, certificates and/or any reporting requirements. The Contractor shall provide registered technologists and qualified radiologists certified for mammography to perform all exams and interpretations.

  8. The Contractor shall be responsible for all patient screening exams, diagnostic exams and all associated services including imaging techniques, positioning, and quality of exam imaging transmitted for interpretations.

  9. The Contractor shall ensure consultations provided by offsite radiologists are conducted under the general direction of the physician in charge, clinical director or provider ordering the procedure/image.

  10. The Contractor shall adhere to all current guidelines and regulations within DHHS, PHS, IHS, and BCH’s Medical Staff regulations, procedures and by-laws. The Contractor personnel performing services shall abide by JCAHO, CMS, FDA/MQSA and HIPAA regulations and shall comply with all JCAHO, FDA/MQSA and BCH safety procedures and infection control policies.

  11. The Contractor personnel shall perform all patient care services within accepted professional standards and demonstrate cultural sensitivity.

  12. The Contractor shall be responsible for maintenance of the mobile coach, proper functioning and upgrades of the mobile coach and its equipment and software involved with the transmission and viewing of the images.





INSTRUCTIONS TO INDUSTRY



ISBEEs are highly encouraged to respond to this notice. However, firms must also understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. To be considered a capable source, responses must directly demonstrate the company’s capability, experience, and ability to provide services as shown below.





Your Response Shall Include but Is Not Limited To:




  • Number of years of experience in providing mobile mammography services;

  • List of past jobs/contracts where mobile mammography services were provided;

  • The abilities your company possesses for providing mobile mammography services; and

  • Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement.

  • Demonstrate how your company receive at least 51% of the earnings from the awarded contract.

  • If identifying a partnership with a subcontractor that is a similarly situated entity, demonstrate how together with the subcontractor you will receive a combined 51% of the earnings from the contract.

  • If identifying a partnership with a subcontractor that is NOT a similarly situated entity, demonstrate how you will receive a 51% of the earnings from the contract.

  • Demonstrate how the prime IEE, or together with the subcontractor, will conduct management and daily operations to be controlled by one or more individuals who are Indians.



Failure to address these items in your capability statement could exclude your firm from being determined a capable ISBEE source.



If you are interested in this contracting opportunity, please respond by email to: Prudence.Yellowowl@ihs.gov.



Submit the capability response as instructed above and include a copy of the Buy Indian Act Indian Economic Enterprise Representation Form. It is recommended to include the sources sought ID in the subject line. Sources Sought ID: SS-75H709-BF23Q-023. Responses received to this notice will assist in determining the acquisition strategy of the requirement.


Attachments/Links
Contact Information
Contracting Office Address
  • 2900 FOURTH AVE. NORTH - PO BOX 366
  • BILLINGS , MT 59107
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >