SS-75H70924R00002 – Sources Sought – Billings Area Sources Sought Pharmacist Staffing Services

May 8, 2024 | Sources Sought

Amendment 1

This notice is extended to 5/22/2024.

End of Amendment

SOURCES SOUGHT NOTICE

Area-Wide Pharmacist Staffing Services

SS-75H70924R00002

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), Indian Economic Enterprises (IEE), and any other category of vendor 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).

Consistent with the revised Buy Indian Act, HHS/IHS adopted the definition of an Indian Economic Enterprise (IEE) set forth in 48 CFR 1480.201.  This definition includes the following requirement, amongst others:  “the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract.” 

Instructions for submission are outlined further 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:

623199 – Offices of All Other Miscellaneous Health Practitioners

PSC:

Q517 – Pharmacy Services

Size Standard:  $10.0 MILLION

Duration:

Base Year, plus four (4) Option Years

DESCRIPTION OF SERVICES:

The Contractor shall provide individuals for the positions listed within the Performance Work Statement to perform pharmaceutical services at the Billings Area IHS, herein referred to as BAIHS.  These services shall be performed in accordance with all federal, state, local laws and regulations, commercial professional standards, Indian Health Service policy and practice standards, The Joint Commission (TJC) and the Performance-based Work Statement (PWS). Refer to attached Performance Work Statement (PWS) for more specific details and required qualifications.

Location(s): 

a.         Blackfeet Service Unit – Browning Community Hospital, 760 Hospital Drive, Browning, MT 59417

b.         Blackfeet Service Unit –  Heart Butte Clinic , 81 Disney St., Heart Butte, MT 59448

c.         Crow Service Unit – Crow/N.Cheyenne Hospital , 10110 South 7650 East, Crow Agency, MT 59022

d.         Crow Service Unit – Lodge Grass Clinic, 418 Harding Ave, Lodge Grass, MT 59050

e.         Crow Service Unit – Pryor Clinic, 2 Pryor Gap Road, Pryor, MT 59066

f.          Fort Belknap Service Unit – Harlem Health Center, 669 Agency Main Street, Harlem, MT 59526

g.         Fort Belknap Service Unit – Hays Health Center, 123 Whitecow Canyon Rd., Hays, MT 59527

h.         Fort Peck Service Unit – Verne E. Gibbs Health Center, 107 H St. E, Poplar, MT 59255

i.          Fort Peck Service Unit – Chief Red Stone Health Center, 550 6th Ave N. , Wolf Point, MT 59201

j.          Little Shell Service Unit – Great Falls Health Center, 425 Smelter Ave NE, Great Falls, MT 59404

k.         Northern Cheyenne Service Unit – Lame Deer Health Center, 420 N. Cheyenne Ave, Lame Deer, MT 59043

l.          Wind River Service Unit  – Fort Washakie Health Clinic, 29 Blackcoal Drive, Fort Washakie, WY 82514

SCOPE OF WORK:

The Contractor shall provide individual(s) for the following services: Registered Pharmacist in Outpatient Pharmacy setting.  

  1. Work will be conducted using electronic health records and pharmacy automation. Performance of duties shall meet applicable AAAHC standards and procedures compatible with the BAIHS’ operating capacity and equipment. All procedures shall comply with BAIHS infection control and safety procedures, practices, and standards. 

The contractor will report to the COR on behalf of the director of pharmacy or designee.  The contractor will perform work independently.  New medical procedures/services shall not be introduced without prior recommendation to, and approval of, the BAIHS authorized representative.

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 must include but is not limited to the following:

  • Number of years of experience in providing Registered Pharmacist Staffing Services.
  • List of past jobs/contracts of providing routine Registered Pharmacist Staffing Services to healthcare facilities.
  • Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement.
  • Demonstrate how your company will 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 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 IEE/ISBEE source.

SUBMISSION

Interested parties capable of performing the required services may submit a response via email to: [email protected] and [email protected] no later than 15 days from the date of the sources sought announcement.

Interested parties shall submit their 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-75H70924R00002.  Responses received to this notice will assist in determining the acquisition strategy of the requirement.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.