This is a COMBINED SYNOPSIS/SOLICITATION for commercial items/service prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number RFP-25-PHX-09 and the solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2025-03 effective 17 January 2025. This RFP is set-aside for Native American firms IAW Buy Indian Act of 1910 (16 MARCH 2022). The North American Industry Classification System (NAICS) Code for this acquisition is 621111 for Office of Physicians with size standard of $16M; Product Service Code (PSC) is Q201- Medical –General Health Care. The proposed contract action is to provide non-personal professional INPATIENT PHYSICIAN SERVICES FOR THE HOPI HEALTH CARE CENTER LOCATED IN POLACCA, ARIZONA in accordance with the Statement of Work (SOW).
Period of Performance – Estimated base period of 1 April 2025 thru 20 April 2025.
Place of Performance:
Hopi Health Care Center
P.O Box 4000
Polacca, Arizona 86042
The Government will award firm, fixed price contract(s) resulting from this Solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The Government will only consider firm fixed-price proposals that have credentialed candidate(s) cleared by the Phoenix Area Office.
The FAR provisions 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services, will be utilized and applies. Please see specific evaluation criteria listed within Addendum to FAR 52.212-2 Evaluation-Commercial Items.
Offeror’s to be considered responsible shall submit an completed copy of updated data and information in System for Award Management (SAM), FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2024) with its offer. The provision may be submitted and accessed at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. It is the contractor's responsibility to be familiar with the applicable clauses and provisions.
The FAR clauses at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. With no addenda to the clause. The FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and the additional FAR clauses marked are applicable to the acquisition.
The Government will award firm, fixed price contract(s) resulting from this Solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered utilizing procedures under FAR Part 12.
Electronic submission of proposals: Proposals shall be submitted electronically via email to Michele.Lodge@ihs.gov. no later than XX March 2025 at 3pm (Eastern Time). You may reach Michele Lodge at 702-204-9522 for information regarding the solicitation. The rate schedule, amendments, technical proposal and past performance data should be attached. See Attachment F- for Provisions, Clauses, Terms and Instructions to Offerors for further guidance.
Attachments:
A) Rate Schedule
B) Business Associate Agreement
C) 2025 Tax Exemption
D) Statement of Work
E) IEE Representation Form
F) Provisions Clauses Terms and Instructions