Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 27, 2017 FBO #5817
MODIFICATION

U -- IHS Expanded Function Dental Assistant (EFDA) Coordinator

Notice Date
10/25/2017
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
18-236-SOL-00002
 
Archive Date
11/18/2017
 
Point of Contact
Natasha A. Royal, Phone: 3014436687, Paul B. Premoe, Phone: 3014434470
 
E-Mail Address
natasha.royal@ihs.gov, paul.premoe@ihs.gov
(natasha.royal@ihs.gov, paul.premoe@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified sources that are: Indian Small Business Economic Enterprises (ISBEEs) and other than small Indian Economic Enterprises (IEEs); and (3) their size classification relative to the North American Industry Classification System (NAICS) code, 611430, for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition set-aside. BACKGROUND The Indian Health Service (IHS), an agency within the Department of Health and Human Services, is responsible for providing federal health services to American Indians and Alaska Natives. The provision of health services to members of federally-recognized tribes grew out of the special government-to-government relationship between the federal government and Indian tribes. This relationship, established in 1787, is based on Article I, Section 8 of the Constitution, and has been given form and substance by numerous treaties, laws, Supreme Court decisions, and Executive Orders. The IHS is the principal federal health care provider and health advocate for Indian people and its goal is to raise their health status to the highest possible level. The IHS provides a comprehensive health service delivery system for American Indians and Alaska Natives who are members of 566 federally recognized Tribes across the U.S. The Indian Health Service has been training dental assistants to place restorations since the 1960s. The main location for training was the Haskell Service Unit in Lawrence, Kansas. The courses were standardized and consistent in scope. Dental assistants traveled to Haskell for the training. Eventually, trainings were provided on site at SIPI, Shiprock, Rapid City and Phoenix as the Haskell training center scaled back courses. An effort was made to revitalize the EFDA training program after the demise of the Haskell training center. A train-the-trainer course was held in 2010 in Mesa, Arizona where 6 dentists were trained as EFDA instructors, only 4 of which remain in the IHS and one of those is planning their retirement. Decentralization of the CDE program has led to sporadic EFDA courses being presented. Only one contract instructor has presented EFDA courses in the last few years. There have been over 250 EFDAs trained in the last 6 years. RESPONSE INFORMATION THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM'S CAPABILITY AND EXPERIENCE AS A EXPANDED FUNCTION DENTAL ASSISTANT COORDINATOR IN THE LAST SEVEN YEARS; KNOWLEDGE AND EXPERIENCE IN AN IHS, TRIBAL, OR IHS-FUNDED URBAN (I/T/U) DENTAL PROGRAM; BASIC UNDERSTANDING OF THE IHS CONTINUING DENTAL EDUCATION PROGRAM AND THE PROVISION OF TUITION PAYMENT. In order to respond to this notice, interested firms should address the depth and breadth of professional and technical capabilities, and must be able to clearly convey their experience and/or ability to perform in the following areas, which are identified as core services. It is to be noted that capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responders SHALL address each of the following for their submission to be considered a response to this notice: • Contractors demonstrated knowledge and subject matter expertise on periodontal and restorative EFDA trainings in an I/T/U/ setting; • Contractor's capability to plan and develop curriculums for the restorative EFDA program in the following course areas: 1. Restorative BASIC EFDA Course 2. Restorative ADVANCED EFDA Course 3. Restorative ADVANCED EFDA Posterior Composite Course 4. Restorative REFRESHER/RECERTIFICATION EFDA Course 5. Restorative EFDA Utilization Course for Dental Directors 6. Periodontal BASIC EFDA Course 7. Periodontal ADVANCED EFDA Course 8. Periodontal REFRESHER/RECERTIFICATION EFDA Course 9. Periodontal EFDA Utilization Course for Dental Directors 10. Other EFDA courses (prosthodontic, etc.) potentially; • Contractor's capability to develop a periodontal and restorative EFDA educator certification and recertification process; • Contractor's ability to coordinate training dates and locations with periodontal and restorative EFDA educators; • Contractor's past performance information that is relevant to this requirement in terms of type and magnitude of work. • Brief overview of contractor and/or contractor staff qualifications/certifications (e.g. Doctor of Dental Surgery (DDS) or Doctor of Medicine in Dentistry (DMD) etc.) INSTRUCTIONS TO INDUSTRY Indian Small Business Economic Enterprises (ISBEEs) and other than small Indian Economic Enterprises (IEEs) are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to effectively and efficiently perform the objectives described above. The Government requests interested parties submit a written response to this notice which includes: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, and telephone number(s), and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives. e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Company's System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/. Disclaimer and Important Notes. This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses must be submitted via email, no later than 12:00pm EST on November 3, 2017. No questions will be accepted. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is eight (8) pages. Interested parties shall submit their response to this notice to the individuals listed below in order to be considered compliant.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/18-236-SOL-00002/listing.html)
 
Record
SN04722505-W 20171027/171025230942-88430074cfb94d001c7800f9f6f03a06 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.