Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2025 SAM #8592
SOURCES SOUGHT

Q -- Oral Surgeon

Notice Date
6/3/2025 11:13:03 AM
 
Notice Type
Sources Sought
 
NAICS
621210 — Offices of Dentists
 
Contracting Office
BILLINGS AREA INDIAN HEALTH SVC BILLINGS MT 59107 USA
 
ZIP Code
59107
 
Solicitation Number
SS-BFSU-25-039
 
Response Due
7/10/2025 11:00:00 AM
 
Archive Date
07/25/2025
 
Point of Contact
Shannon Connelly, Phone: 4063386452
 
E-Mail Address
shannon.connelly@ihs.gov
(shannon.connelly@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
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: 621210 � Office of Dentists Size Standard: $9.0 Million Duration: One (1) Year Work Schedule: The services shall be scheduled on weekdays, Monday through Friday from 8:00 am to 4:30 pm at the Blackfeet Service Unit, Browning, Montana Statement of Work: The procurement is a nonpersonal health care service contract, as defined in FAR 37.101, under which the Contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontracts for provisions of health care services contain the requirement of the clause at 52.237-7, including the maintenance of medical liability insurance. Services needed include but are not limited to the following: Provides oral surgical services at the Blackfeet Community Hospital Dental Clinic including: (1) Direct oral surgical services in the dental clinic consisting, but not limited to: tooth extractions, surgical extractions of erupted teeth, tissue and bony impactions, root recovery by surgery, oral antral fistula closure, tooth replantation, tooth transplantation, surgical exposure of unerupted teeth, biopsy of hard and soft tissue, alveoloplasty, electrosurgery, removal of mandibular and maxillary exotosis, I&D intra and extra oral abscesses, maxillary and mandibular frenulectomy, establish emergency airway, intra and extra oral tissue suturing. (2) Provides training to professional and auxiliary staff in oral surgery specialty area. (3) Services shall be based on Indian health Services criteria and standards. (4) The Contractor shall also provide diagnostic and consultation services to the Dental and Medical staff of the facility. (5) The Contractor shall prepare and complete in timely fashion the medical and other required records for all parties he/she admits or in any way provides care for at the hospital in accordance with the Blackfeet Service Unit medical by-laws. (6) Orientation will be provided to the Contractor prior to starting work. (7) The Contractor shall comply with all Indian Health Service facility infection control and safety procedures, practices and standards. (8) During the performance of the contract, the contractor shall provide for the consistent performance of patient care processes according to the standards for the Centers for Medicare and Medicaid Services (CMS) who supply accreditation to the Blackfeet Community Hospital. These standards shall include: the Comprehensive Accreditation Manual for Hospital, the Laboratory Standards, and Ambulatory Care Standards as they represent the scope of services of this contract. (9) Provider must obtain credentials/privileges to provide care at the Blackfeet Service Unit. (10) Active, unrestricted dental license is any state is required; and (11) Current Basic Life Support (BLS) is required. 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 routine food service delivery and customizable menus to healthcare facilities List of past jobs/contracts of providing routine food service delivery and customizable menus 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: Shannon.Connelly@ihs.gov 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-BFSU-25-039. Responses received to this notice will assist in determining the acquisition strategy of the requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4252597f34ab46868c258d2094a1a5c8/view)
 
Place of Performance
Address: Browning, MT 59417, USA
Zip Code: 59417
Country: USA
 
Record
SN07464676-F 20250605/250603230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.