Search Contract Opportunities

Wewoka IHS Diabetic Footcare Program   2

ID: 246-24-Q-0041 • Type: Synopsis Solicitation

Description

Combined Synopsis/Solicitation RFQ # 246-24-Q-0041
Page 1 of 7
This is a combined synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with
additional information included in this notice. This announcement constitutes the only
solicitation; quotes are being requested in response to this notice and a written solicitation
will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-
24-Q-0041. Submit only written quotes for this RFQ. This solicitation is a 100% Small
Business Set Aside. This solicitation document and incorporated provisions and clauses
are those in effect through Federal Acquisition Circular 2024-02. The associated NAICS
code is 316210.
This RFQ contains five (5) Line Items:
CLIN DESCRIPTION ITEMS
Base 04/01/2024 03/31/2025 SEE ATTACHMENT
Option Year 1 04/01/2025 03/31/2026 SEE ATTACHMENT
Option Year 2 04/01/2026 03/31/2027 SEE ATTACHMENT
Option Year 3 04/01/2027 03/31/2028 SEE ATTACHMENT
Option Year 4 04/01/2028 03/31/2029 SEE ATTACHMENT
PERIOD OF PERFORMANCE: 04/01/2024 03/31/2029
The estimated value of the BPA is $1,735,600.00 over 5 years
Vendor Requirements: SEE ATTACHED SPECIFICATIONS
Submit Quotes no later than: 03/01/2024 02:00p.m. CDT to the Following Point of Contact:
Mary Ann Yocham, Contract Specialist, via Email: maryann.yocham@ihs.gov.
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price BPA resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be most advantageous to the
Government, with price and other factors considered equally. The following factors shall be used
to evaluate offers:
Best Value (see criteria below)
Pricing
- The following items will be evaluated. pricing will be evaluated by adding all the
prices of evaluated items together for a cumulative price. Vendor shall offer
Medicare like rates.
- Option years will be included in the price evaluation. Evaluation of options shall not
obligate the Government to exercise the option(s)
- Items to be evaluated in pricing include:
Combined Synopsis/Solicitation RFQ # 246-24-Q-0041
Page 2 of 7
A5500 - Extra Depth Diabetic Approved Footwear
A5501 - Custom Molded Footwear
A5512 - Heat Molded Inserts
A5513 - Custom Fabricated Inserts
L3000 - UCBL Custom Orthotics
L3010 - Custom Functional Foot Orthosis w/out metatarsal pad
L3020 - Custom Functional Foot Orthosis w/ metatarsal pad
L5000 - Custom Fabricated Toe Fillers
L3310 - Shoe Lift per inch
L1940 - Ankle Foot Orthosis
L2330 - Ankle Foot Orthosis
L2820 - Ankle Foot Orthosis
Compression Stockings 15-20 mmHg
Compression Stockings 20-30 mmHg
Safety and Exercise Shoe
Location
- Vendor shall have the ability to provide two weekly onsite visits on Mondays and
Wednesdays from 8:00 a.m. 4:30 p.m.
Licensing
- Vendor shall be accredited by the Accredited Facilities Program of the Board for
Orthotist-Prosthetist Certification (BOC) and shall provide an American Board
Certified (ABC) Pedorthist on site when services are being provided.
Indemnity and Insurance
- Vendor shall have professional liability insurance coverage of at minimum
$1,000,000.00 per occurrence/$3,000,000.00 aggregate.
VENDORS SHALL SUBMIT THE FOLLOWING:
COMPLETED PRICE SCHEDULE (TO INCLUDE OUT YEARS)
COPY OF LICENSING/ACCREDITATION
LIABILITY INSURANCE VERIFICATION
VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE
SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING
SOLICITED
This solicitation will result in a firm fixed price BPA pursuant to the terms and conditions below.
Terms and conditions other than those stated will not be accepted. The above pricing is all
inclusive.
PROVISIONS: The following FAR provisions apply to this solicitation:
FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations
and Certifications- Commercial Items (the offeror should include a completed copy of this
provision with their quote).
CLAUSES: The following FAR clauses apply to this solicitation:
Combined Synopsis/Solicitation RFQ # 246-24-Q-0041
Page 3 of 7
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services
(Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or
Executive Orders-Commercial Products and Commercial Services (Dec 2023) (to include the
following clauses sited): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government
(Jun 2020); FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-
10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR
52.204-14, Service Contract Reporting Requirements (Oct 2016); 52.204-27. Prohibition on a
ByteDance Covered Application (Jun 2023); FAR 52.209-6, Protecting the Government's Interest
When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov
2021); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-8,
Utilization of Small Business Concerns (Sep 2023); FAR 52.219-14, Limitations on Subcontracting
(Oct 2022); FAR 52.219-28, Post Award Small Business Program Representation (Sep 2023);
FAR 52.219-33, Nonmanufacturer Rule (Sep 2021); FAR 52.222-3, Convict Labor (Jun 2003);
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Nov 2023); FAR 52.222-
21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016);
FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020); FAR 52.222-36, Equal Opportunity
for Workers with Disabilities (Jun 2020); FAR 52.222-37, Employment Reports on Veterans (Jun
2020); FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
(Dec 2010); FAR 52.222-50, Combating Trafficking in Persons (Nov 2021); FAR 52.222-54,
Employment Eligibility Verifications (May 2022); FAR 52.223-18, Encouraging Contractor Policies
to Ban text Messaging While Driving (Jun 2020); FAR 52.224-3, Privacy Training (Jan 2017); FAR
52.225-1, Buy American Act-Supplies (Oct 2022); FAR 52.225-13, Restriction on Certain Foreign
Purchases (Feb 2021); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award
Management (Oct 2018); FAR 52.232-36, Payments by Third Party (May 2014); FAR 52.222-41,
Service Contract Labor Standards (Aug 2018); FAR 52.222-42, Statement of Equivalent Rates for
Federal Hires (May 2014); FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor
Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018); FAR 52.222-55,
Minimum Wages Under Executive Order 13658 (Jan 2022); FAR 52.222-62, Paid Sick Leave
Under Executive Order 13706 (Jan 2022); FAR 52.217-8, Option to Extend Services (Nov 1999);
FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000); HHSAR 352.203-70, Anti-
Lobbying (Dec 2015); HHSAR 352.208-70, Printing and Duplication (Dec 2015); HHSAR
352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015);
HHSAR 352.224-71, Confidential Information; HHSAR 352.232-71, Electronic Submission of
Payment Requests; HHSAR 352.237-70, Pro-Children Act (Dec 2015); HHSAR 352.237-71, Crim
Control Act-Reporting of Child Abuse (Dec 2015); HHSAR 352.237-72, Crim Control Act-
Requirement for Background Checks (Dec 2015); HHSAR 352.237-73, Indian Child Protection
and Family Violence Act (Dec 2015); HHSAR 352.239-74, Electronic and Information Technology
Accessibility (Dec 2015); . The above Provisions and Clauses may be obtained via internet at
https://www.acquisition.gov/
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE
ELECTRONIC SUBMISSION. (maryann.yocham@ihs.gov)
All contractors must be registered in the System for Award Management database located
at https://www.sam.gov/sam/ prior to any contract award. Please submit the following
information with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number,
Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote
expires, warranty, total price for each line item, total quote price, and technical
Combined Synopsis/Solicitation RFQ # 246-24-Q-0041
Page 4 of 7
documentation in sufficient detail to determine technical acceptability. Failure to provide
sufficient technical detail may result in rejection of your quote.
Combined Synopsis/Solicitation RFQ # 246-24-Q-0041
Page 5 of 7
Diabetic Foot Supplies and Services Pricing Schedule
Wewoka IHS
BASE YEAR
CODE DESCRIPTION QUANTITY PRICE UNIT
A5500 Extra Depth Diabetic Approved Footwear 450 EA
A5501 Custom Molded Footwear 10 EA
A5512 Heat Molded Inserts 533 EA
A5513 Custom Fabricated Inserts 100 EA
L3000 UCBL Custom Orthotics 10 EA
L3010 Custom Functional Foot Orthosis w/out
metatarsal pad
5 EA
L3020 Custom Functional Foot Orthosis w/
metatarsal pad
10 EA
L5000 Custom Fabricated Toe Fillers 30 EA
L3310 Shoe Lift per inch 100 EA
Compression Stockings 15-20 mmHg 25 PAIR
Compression Stockings 20-30 mmHg 10 PAIR
L1940 Ankle Foot Orthosis 10 EA
L2330 Ankle Foot Orthosis 10 EA
L2820 Ankle Foot Orthosis 10 EA
Safety and Exercise Shoe 200 PAIR
OPTION YEAR 1
CODE DESCRIPTION QUANTITY PRICE UNIT
A5500 Extra Depth Diabetic Approved Footwear 450 EA
A5501 Custom Molded Footwear 10 EA
A5512 Heat Molded Inserts 533 EA
A5513 Custom Fabricated Inserts 100 EA
L3000 UCBL Custom Orthotics 10 EA
L3010 Custom Functional Foot Orthosis w/out
metatarsal pad
5 EA
L3020 Custom Functional Foot Orthosis w/
metatarsal pad
10 EA
L5000 Custom Fabricated Toe Fillers 30 EA
L3310 Shoe Lift per inch 100 EA
Compression Stockings 15-20 mmHg 25 PAIR
Compression Stockings 20-30 mmHg 10 PAIR
L1940 Ankle Foot Orthosis 10 EA
L2330 Ankle Foot Orthosis 10 EA
L2820 Ankle Foot Orthosis 10 EA
Safety and Exercise Shoe 200 PAIR
Combined Synopsis/Solicitation RFQ # 246-24-Q-0041
Page 6 of 7
OPTION YEAR 2
CODE DESCRIPTION QUANTITY PRICE UNIT
A5500 Extra Depth Diabetic Approved Footwear 450 EA
A5501 Custom Molded Footwear 10 EA
A5512 Heat Molded Inserts 533 EA
A5513 Custom Fabricated Inserts 100 EA
L3000 UCBL Custom Orthotics 10 EA
L3010 Custom Functional Foot Orthosis w/out
metatarsal pad
5 EA
L3020 Custom Functional Foot Orthosis w/
metatarsal pad
10 EA
L5000 Custom Fabricated Toe Fillers 30 EA
L3310 Shoe Lift per inch 100 EA
Compression Stockings 15-20 mmHg 25 PAIR
Compression Stockings 20-30 mmHg 10 PAIR
L1940 Ankle Foot Orthosis 10 EA
L2330 Ankle Foot Orthosis 10 EA
L2820 Ankle Foot Orthosis 10 EA
Safety and Exercise Shoe 200 PAIR
OPTION YEAR 3
CODE DESCRIPTION QUANTITY PRICE UNIT
A5500 Extra Depth Diabetic Approved Footwear 450 EA
A5501 Custom Molded Footwear 10 EA
A5512 Heat Molded Inserts 533 EA
A5513 Custom Fabricated Inserts 100 EA
L3000 UCBL Custom Orthotics 10 EA
L3010 Custom Functional Foot Orthosis w/out
metatarsal pad
5 EA
L3020 Custom Functional Foot Orthosis w/
metatarsal pad
10 EA
L5000 Custom Fabricated Toe Fillers 30 EA
L3310 Shoe Lift per inch 100 EA
Compression Stockings 15-20 mmHg 25 PAIR
Compression Stockings 20-30 mmHg 10 PAIR
L1940 Ankle Foot Orthosis 10 EA
L2330 Ankle Foot Orthosis 10 EA
L2820 Ankle Foot Orthosis 10 EA
Safety and Exercise Shoe 200 PAIR
Combined Synopsis/Solicitation RFQ # 246-24-Q-0041
Page 7 of 7
OPTION YEAR 4
CODE DESCRIPTION QUANTITY PRICE UNIT
A5500 Extra Depth Diabetic Approved Footwear 450 EA
A5501 Custom Molded Footwear 10 EA
A5512 Heat Molded Inserts 533 EA
A5513 Custom Fabricated Inserts 100 EA
L3000 UCBL Custom Orthotics 10 EA
L3010 Custom Functional Foot Orthosis w/out
metatarsal pad
5 EA
L3020 Custom Functional Foot Orthosis w/
metatarsal pad
10 EA
L5000 Custom Fabricated Toe Fillers 30 EA
L3310 Shoe Lift per inch 100 EA
Compression Stockings 15-20 mmHg 25 PAIR
Compression Stockings 20-30 mmHg 10 PAIR
L1940 Ankle Foot Orthosis 10 EA
L2330 Ankle Foot Orthosis 10 EA
L2820 Ankle Foot Orthosis 10 EA
Safety and Exercise Shoe 200 PAIR
Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
1
Statement of Work (SOW)
Orthopedic/Diabetic Foot Care Program Shoes, Inserts, Braces and Compression Stockings
1. PURPOSE OF THE PROJECT
The Oklahoma City Area Office (OCA), Indian Health Services (IHS) has a requirement for the provision of
foot evaluations for patients with diabetes, prediabetes and other medically necessary conditions with
orthopedic/diabetic shoes (OTC or custom), inserts (custom or heat molded), braces, and compression
stockings. This program's purpose is to protect the patients' feet in an effort to prevent lower extremity
complications, at the Wewoka health clinic, Wewoka, Oklahoma
2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS
2.1Orthopedic shoes, inserts, braces and compression stockings
2.1.1. Provide foot evaluations and orthopedic/diabetic shoes and/or inserts, braces, and compression
stockings for patients referred by a provider for these services.
2.2. Provide an onsite evaluation and fitting for the Orthopedic Foot Care program participants to insure
proper fit and function.
2.3. Deliver the shoes to check with each participant for proper fit and function.
2.4. Services shall be fully coordinated and integrated with the direct patient care program with respect
to services provided and professional relationships.
2.5. Accountability requires that all services be under professional direction, therefore, the Contractor
shall be fully responsible for any subcontracts (if applicable), professionally, administratively, and
financially.
2.6. Provide a walking shoe for the walking program patients, this will include measuring, fitting, and
letting the patient try on the shoes for proper fitting when their shoes arrive.
2.1. Requirements for Orthopedic shoes, inserts and compression stockings
2.1.1. Foot evaluations (measuring of feet, testing for protective sensation, palpating pulses and
checking for range of motion, foot temperature, foot deformities and gait evaluation)
2.1.2. Extra Depth Diabetic Approved footwear A5500 or equal
2.1.3. Custom Molded Footwear A5501or equal
2.1.4. Heat Molded Inserts A5512 or equal
2.1.5. Custom Fabricated Inserts A5513 or equal
2.1.6. Custom Fabricated Toe Fillers L5000 or equal
2.1.7. Ankle Foot Orthosis (AFO) L1940, L2330, or L2820
2.1.8. Shoe Lift per inch L3310
2.1.9. Custom Functional Foot Orthosis L3020 (with metatarsal pad) and L3010 (without metatarsal
pad)
2.1.10. UCBL Custom Orthotics L3000
2.1.11. Onsite (in-person) fitting and dispensing of footwear, inserts, and braces checking for proper fit
and function
2.1.12. Adjustments and modifications of shoes and/or inserts, and braces if necessary
2.1.13. Compression stockings 15-20 mmHg knee high and thigh high may be dispensed for those
patients with edema, vascular history or other medical need after Pedorthic assessment.
2.1.14. 20-30 mmHg knee high and thigh high may be dispensed if ordered by provider.
2.1.15. After wearing the shoes at home or at the gym (without wearing outside), the contactor shall
replace if the shoe does not fit well or is causing pain within 15 days. The contactor shall
replace with a more appropriate fitting shoe.
3. PERIOD OF PERFORMANCE
The base year Period of Performance will be 12 months from date of award with four (4) twelve (12) month
option years.
4. LEVEL OF EFFORT
4.1. Professional Qualifications
4.1.1. Contractor shall be a Certified Pedorthist and have experience working with patients with foot
deformities, complicated disease processes, and complications of diabetes. Please provide All
current licenses for each employees onsite shall be provided to the COR.
4.2. Government Furnished Information, Property and Services
4.2.1. Written referrals for services shall be provided to the contractor by fax. Clinic space shall be
provided twice per week for fitting and delivery of shoes, inserts and compression stockings.
The Government shall contact all patients regarding the appointment times.
4.3. Contractor Furnished Information, Property and Service
4.3.1. The Contractor shall provide patient evaluations, measuring, fittings, shoes and/or inserts,
braces and adjustments or modifications as needed. Compression stockings shall be measured
for each individual patient and fitted according to prescription strength compression. The
patient shall be able to wear the shoes indoors and if they do not fit, return them for a different
size, width, or style.
4.4. Work Schedule
4.4.1. The contactor shall provide two weekly onsite visits to evaluate the patient's feet, to check for
fitting and shoe delivery. Monday's and Wednesday's from 8:00 am to 4:30pm or until the last
scheduled patient has completed their visit. An option of an alternate offsite space can be used
to allow for more patient visits with having five days a week could be agreed with the
Contracting Officer Representative and the vendor. The alternate offsite space distance from
Wewoka Indian Health Center can't be greater than 20 miles away.
4.5. Rates of Payment
4.5.1. Payments on Orthopedic/Diabetic shoes and inserts shall not exceed Medicare Rates for the
services provided. Payments on the compression stocking shall not exceed reasonable retail
cost for knee high and thigh high stockings.
4.6. Reporting Requirements
4.6.1. The contractor shall provide services for patients referred within 30 days of receipt of the
written referral.
4.6.2. The contractor shall provide special reports requested by the Contracting Officer and/or the
Contracting Officer Representative during the contract on technical or administrative aspects of
the contract performance. Request for such reports shall be provided in writing to the
Contractor stipulating information required, time frames for responses and instructions on
submission.
4.6.3. The contractor shall provide a Monthly Report of Services to the Contracting Officer
Representative, a narrative report with comparison of actual services provided according to
requirements established and the quantity of shoes, inserts, and compression stockings
provided as well as the number of problems encountered and circumstances, if any, adversely
affecting the delivery of services and recommendations.
4.7. Indemnity and Insurance
4.7.1. The Government assumes no responsibility for negligent acts of the Contractor; therefore, the
Contractor is responsible for obtaining that amount of professional liability insurance coverage
of at least $1,000,000 per occurrence/$3,000,000 aggregate. The Contractor shall keep
harmless and indemnify the Government against any or all loss, cost, damage, expense or
liability whatsoever as a result from the performance of the Contractor.
4.7.2. Contractor shall hold the Federal Government and its agents including Clinical Director and
the governing body immune from civil or professional liability for all acts related to quality
care management and enforcement of this contract.
4.8. Reference Materials/Other Factors
4.8.1. Contractor shall be required to possess familiarity and abide by the current policies, by-laws
and regulations of clinical and medical staff of the Wewoka Indian Health Center.
5. SPECIAL REQUIREMENTS
5.1. In accordance with HHSAR 304.1300(b) non-routine contractor employees shall comply with OPDIV
DHHS/SE Region Human Resources, Security Clearance Guidance Visitors (3/29/12) policy for
contract performance period. Contractor employees will be required to obtain a visitor's pass upon arrival
for services from Facilities Management.-
5.2. The US PHS Wewoka Indian Health Center is a tobacco/smoke free environment (buildings and
grounds). No tobacco/smoking use will be tolerated during service.
5.3. Security Requirements: Contractor personnel will be required to contact the government designated
point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be
responsible for the security of all organizational information. Current rules and regulations applicable to
the premises, where the work shall be performed shall apply to the contractor and its employees while
working on the premises. These regulations include but are not limited to, escort by Wewoka Indian
Health Center official, presenting valid identification, smoking restriction and any safety procedures.
5.4. The contractor shall not disclose or cause to disseminate any information concerning operations of
Wewoka Indian Health Center. Such action(s) could result in violation of the contract and possible legal
actions.
5.4.1. All inquiries, comments, or complaints arising from any matter observed, experienced or
learned of as a result of or in connection with the performance of the contract, the resolution of
which may require the dissemination of official information, shall be directed to the
government's designated representative.
6. DELIVERABLES AND REPORTING REQUIREMENTS
6.1. Delivery: The contractor will coordinate the delivery, installation and training date with the designated
government employee. The government will provide the contractor with dock access and building access
for this sole purpose. The designated government employee will work with the pertinent government
agency(ies) to secure the needed dock access. No deliveries can be made after 4:15pm. Driver needs a
valid ID.
6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the
government's designated representative for coordination of supplies, delivery, and/or maintenance. The
POC will be empowered to make daily decisions to ensure that the contract implementation and day-today
maintenance meets the terms and conditions of this contract.
6.3. Contractor's Phone Numbers: The contractor shall provide a toll-free telephone number for service
calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm,
Monday through Friday.
6.4. Personnel Qualifications:
N/A
7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES
Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
5
7.1. The Government shall supply water and electricity if needed
8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES
8.1. Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel,
materials, supplies and equipment required to perform work under the contract.
9. CHANGES TO THE STATEMENT OF WORK (SOW)
Any changes to this SOW shall be authorized and approved only through written correspondence from the
Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting
Officer shall be borne by the contractor.

Background
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. The solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0041. It is a 100% Small Business Set Aside. The estimated value of the BPA is $1,735,600.00 over 5 years.

Work Details
The solicitation contains five (5) Line Items for the provision of foot evaluations for patients with diabetes, prediabetes, and other medically necessary conditions with orthopedic/diabetic shoes, inserts, braces, and compression stockings at the Wewoka health clinic in Oklahoma. The technical requirements include providing foot evaluations, onsite evaluation and fitting, delivering shoes to check for proper fit and function, and providing a walking shoe for the walking program patients.
Requirements for orthopedic shoes, inserts, and compression stockings are detailed including specific codes, descriptions, quantities, and prices.

Period of Performance
The base year Period of Performance will be 12 months from date of award with four (4) twelve (12) month option years. The period of performance for the contract is from 04/01/2024 to 03/31/2029.

Place of Performance
Wewoka Indian Health Center located at 36640 Hwy 270, Wewoka, OK 74884.

Overview

Response Deadline
March 1, 2024, 3:00 p.m. EST Past Due
Posted
Feb. 21, 2024, 12:53 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
OK 74884 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Vehicle Type
Blanket Purchase Agreement
On 2/21/24 Indian Health Service issued Synopsis Solicitation 246-24-Q-0041 for Wewoka IHS Diabetic Footcare Program due 3/1/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 316210 (SBA Size Standard 1000 Employees) and PSC 6515.
Primary Contact
Name
Mary Ann Yocham   Profile
Phone
(405) 951-6043
Fax
(405) 951-3771

Documents

Posted documents for Synopsis Solicitation 246-24-Q-0041

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 246-24-Q-0041

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 246-24-Q-0041

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 246-24-Q-0041

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 246-24-Q-0041

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > INDIAN HEALTH SERVICE > OK CITY AREA INDIAN HEALTH SVC
FPDS Organization Code
7527-00246
Source Organization Code
100188046
Last Updated
March 16, 2024
Last Updated By
maryann.yocham@ihs.gov
Archive Date
March 16, 2024