Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES
AI Summary
The Oklahoma Area Indian Health Services is seeking Indian-owned firms and small businesses to provide Emergency Department Services at a hospital in Lawton, Oklahoma. Interested parties must have at least 24 Emergency Medicine Board Certified Doctors on staff, as this contract does not allow for locum tenens. Responses to this sources sought notice are due by June 29, 2025, and should be submitted via email to sean.long@ihs.gov.
SOURCES SOUGHT SYNOPSIS
The Oklahoma Area Indian Health Services is issuing this sources sought synopsis as a means of conducting market research to identify Indian Owned Firms and Small Businesses having an interest in and the resources to support this requirement for Emergency Department Services. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 621493 = Freestanding Ambulatory Surgical and Emergency Centers.
The work will be performed in Lawton, Oklahoma, on site at the hospital.
To be considered, firms shall have at minimum 24 Emergency Medicine Board Certified Doctors or eligible on staff for the Lawton Facility. This is not for a LOCUM’s style contract. The Government is seeking firms who have these positions on staff with their firm, not contracted.
THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
[Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.]
The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 06/29/2025. All responses under this Sources Sought Notice must be emailed to sean.long@ihs.gov
LARGE FIRMS NEED NOT RESPOND TO THIS REQUEST.
If you have any questions concerning this opportunity, please contact: Sean Long (405) 951-6023 or email: sean.long@ihs.gov.
The contractor shall provide emergency/urgent care physician services to evaluate and treat eligible patients who present themselves to the Emergency Department.
The contractor shall furnish services to include but not limited to the following:
The contractor shall perform to a minimum of published National Standard Averages in their delivery of medical care in the Emergency Department.
Whenever these thresholds are not met, analysis will be made to determine if variances are due to contractor performance or due to a need of facility process improvements. The Contractor agrees to participate in this analysis and if internal facility processes are responsible, contractor shall participate in identifying and improving departmental processes for the betterment of patient care. Lawton Indian Hospital retains the right of determining the final decision regarding whether variances are due to contractor performance or a need for internal improvement of departmental processes.
Normal shifts for the Emergency Department consist of 12 hour shifts, including 7am to 7pm and 7pm to 7am, but other shift times may be added to best suite patient care. Double coverage may be required to allow for increased patient care. The work schedule will be determined by the Emergency Department Director. All shifts assigned to the contractor is the responsibility of the contractor to cover.
ED SUPPORT SERVICES is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.