Audiologist Services for Northern Cheyenne Service Unit, Lame Deer, MT.
ID: SS-75H709-25NC-001Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBILLINGS AREA INDIAN HEALTH SVCBILLINGS, MT, 59107, USA

NAICS

Offices of Physical, Occupational and Speech Therapists, and Audiologists (621340)

PSC

MEDICAL- OTHER (Q999)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide audiologist services for the Northern Cheyenne Service Unit located in Lame Deer, Montana. The procurement aims to deliver comprehensive audiology care, including diagnostic evaluations and rehabilitation services for patients of all ages, while ensuring compliance with federal health standards and regulations. This opportunity is particularly significant as it emphasizes engagement with Indian Economic Enterprises and Indian Small Business Economic Enterprises, promoting economic opportunities for Indian-owned businesses in federal contracts. Interested parties must submit a capability statement by March 14, 2025, and can contact Clarette Yellowrobe at Clarette.Yellowrobe@ihs.gov or 406-477-4417 for further information.

    Point(s) of Contact
    Clarette Yellowrobe, Purchasing Agent
    (406) 477-4417
    (406) 477-4426
    Clarette.Yellowrobe@ihs.gov
    Files
    Title
    Posted
    The Billings Area Performance Work Statement (PWS) outlines the requirements for providing non-personal audiology services to support the Indian Health Service (IHS) at the Northern Cheyenne Service Unit in Lame Deer, Montana. The IHS aims to deliver comprehensive health care for American Indians and Alaska Natives, serving around 1.5 million individuals. The contractor will be responsible for offering a range of audiology services, including diagnostic evaluations and rehabilitation for patients of all ages. Additionally, the contractor is tasked with inventory management, documentation in electronic health records, and compliance with specific health and safety regulations. The PWS details the scope of work, applicable documents, contractor qualifications, and performance-based requirements, including meeting standards set by the Joint Commission and Centers for Medicare & Medicaid Services (CMS). Background checks, health screenings, and the maintenance of medical confidentiality are also mandated. The contractor will adhere to a structured work schedule and is accountable for their performance, which will be evaluated through specific metrics outlined in a performance matrix. The overall objective is to ensure effective, culturally sensitive audiology care while maintaining compliance with federal and IHS standards.
    The Sources Sought Notice from the Indian Health Service (IHS) seeks Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs) capable of providing audiology services at the Northern Cheyenne Service Unit in Lame Deer, Montana. This notice is not a solicitation for proposals but aims to identify vendors meeting the Buy Indian Act requirements. Respondents must submit a capability statement, demonstrating experience in audiology services and compliance with regulations including federal and local laws. Key requirements include proof that the Indian or Tribal ownership constitutes at least 51%, that at least 51% of contract earnings will go to the Indian entities, and that management is controlled by individuals who are Indians. The contract's services will have a duration of one base year and four option years. Interested parties are encouraged to respond by March 14, 2025, including the necessary forms to facilitate the evaluation of potential vendors for this healthcare contract. Overall, the notice emphasizes compliance with federal guidelines and prioritizes engagement with Indian-owned businesses for the provision of healthcare services.
    The document from the Department of Health & Human Services details the requirements for entities responding to solicitations under the Buy Indian Act, specifically for offerings from Indian Economic Enterprises. It outlines the necessity for self-certification that the offeror qualifies as an Indian Economic Enterprise both at the time of the proposal submission and throughout the contract's duration. If there are changes in eligibility, immediate notification to the contracting officer is mandated. Moreover, successful vendors must be registered with the System of Award Management (SAM). The document emphasizes the legal consequences of providing false information, citing relevant U.S. codes. It includes a representation section for the offeror to attest to their enterprise's status, capturing key identifying details such as ownership and tribal affiliation. This solicitation format aims to ensure fairness and adherence to the Buy Indian Act, promoting economic opportunities for Indian-owned businesses in federal contracts.
    Lifecycle
    Similar Opportunities
    Billings Area Wide Tele-Radiology Interpretation Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses to provide Teleradiology Interpretation Services for the Billings Area Indian Health Service. This procurement involves a Firm Fixed Price contract covering multiple service units, including Blackfeet, Crow, Fort Belknap, Fort Peck, Little Shell, and Northern Cheyenne, with expected teleradiology reads specified over a contract period from June 2025 to May 2030. The services are crucial for enhancing healthcare delivery in these communities through improved diagnostic imaging capabilities. Interested vendors should reach out to Johnna Spotted at johnna.spotted@ihs.gov or DeeAndra Salabye at DeeAndra.Salabye@ihs.gov for further inquiries regarding the solicitation process.
    Billings Area Sole Source Tele-Medicine Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is planning to award a sole source contract for telemedicine services to Avel ECARE, LLC, for the Billings Area Indian Health Service locations in Montana. The contract aims to ensure continuity of mission-critical patient care by providing telemedicine services across several service units, including Browning, Crow, Fort Belknap, Fort Peck, Little Shell, and Northern Cheyenne. This procurement is crucial for maintaining healthcare access in these areas while a longer-term contract is being developed. Interested firms that can provide similar telemedicine services and are cleared for immediate operations are encouraged to express their interest within five days of this notice. The period of performance for this contract is set from April 1, 2025, to July 31, 2025, and inquiries can be directed to Johnna Spotted at Johnna.Spotted@ihs.gov.
    Radiology Mobile CT Scanner
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide a mobile CT scanner for the Blackfeet Community Hospital in Browning, Montana. The procurement aims to enhance radiological services by leasing a state-of-the-art 64-slice CT scanner, which must comply with federal and state regulations, and include necessary technical staff and training for hospital personnel. This initiative is part of the Buy Indian Act, prioritizing Indian-owned businesses to ensure they receive at least 51% of the contract earnings. Interested vendors must submit a capability statement by March 21, 2025, demonstrating their qualifications and compliance with eligibility requirements, including registration in the System of Award Management (SAM). For further inquiries, vendors can contact Alta A. Adrian at alta.adrian@ihs.gov.
    RN Services for the Outpatient Department at the Cheyenne River Health Center, Eagle Butte, SD
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified Native-Owned firms to provide Registered Nurse (RN) services for the Outpatient Department at the Cheyenne River Health Center in Eagle Butte, South Dakota. The procurement aims to enhance healthcare delivery to the Native American community by securing RNs who will deliver comprehensive nursing services while adhering to Indian Health Service standards and protocols. This opportunity is part of a broader initiative to improve health outcomes for American Indians and Alaska Natives, with a performance period anticipated to last six months post-award. Interested parties must respond to the Sources Sought notice by March 24, 2025, and are encouraged to register in the System for Award Management (SAM) to ensure eligibility for contract awards. For further inquiries, contact Jordyn Brown at jordyn.brown@ihs.gov or by phone at 605-964-1566.
    RN Services for the Inpatient Department at the Cheyenne River Health Center, Eagle Butte, SD.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified Native-Owned firms to provide Registered Nurse (RN) services for the Inpatient Department at the Cheyenne River Health Center in Eagle Butte, South Dakota. This opportunity is part of a Sources Sought notice aimed at conducting market research to identify potential contractors for a Firm Fixed-Price contract, which will span six months post-award, with RNs operating under clinical supervision to deliver essential healthcare services. The initiative is crucial for enhancing healthcare delivery to American Indians and Alaska Natives, ensuring compliance with licensing and quality standards while maintaining patient confidentiality. Interested parties must respond by March 26, 2025, and direct inquiries to Jordyn Brown at jordyn.brown@ihs.gov or by phone at 605-964-1566, with all respondents required to register in the System for Award Management (SAM) prior to contract award.
    Respiratory Equipment and Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking Indian Economic Enterprises (IEE) to supply respiratory equipment and supplies for the Rosebud Comprehensive Health Care Facility in South Dakota. The contract aims to provide essential respiratory care items, such as oxygen concentrators and CPAP machines, for patients without alternative healthcare coverage, thereby enhancing health outcomes for Native Americans. This procurement is crucial for improving the quality of life for the Rosebud Sioux tribal members and will operate under a Firm-Fixed Price Purchase Order for a base year with four potential option years, starting from May 1, 2025, to April 30, 2026. Interested vendors should submit their responses via email to the designated Contract Specialist by March 17, 2025, and are encouraged to register with the electronic Invoice Processing Platform (IPP) for payment processing. For further inquiries, contact William Kohl at william.kohl@ihs.gov or call 605-268-3136.
    Chinle Service Unit - Board Certified Hospitalist or Nocturnist Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide Board Certified Hospitalist or Nocturnist services at the Chinle Comprehensive Health Care Facility in Arizona. This opportunity aims to enhance healthcare delivery for American Indians and Alaska Natives by ensuring the provision of non-personal healthcare services that meet specific performance-based standards and cultural sensitivities. Interested parties are invited to submit their qualifications, including company profiles and evidence of relevant experience, by March 23, 2025, at 5 PM MST to Bennett Arvessto at bennett.arvessto@ihs.gov. This sources sought notice is for market research purposes only and does not constitute a solicitation for proposals or bids.
    Sources Sought - Radiology PM & Repair Services
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking potential contractors to provide preventive maintenance and repair services for Shimadzu Medical Systems USA radiology equipment at the Fort Yuma Health Center and the Fort Duschesne Indian Health Center in California. This opportunity is specifically set aside for Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs) under the Buy Indian Act, emphasizing the importance of supporting indigenous economic development. Interested businesses must submit a capability statement and confirm their eligibility as an IEE or ISBEE, ensuring compliance with federal regulations. The deadline for submissions is March 21, 2025, and inquiries can be directed to Kerri Gilmore at Kerri.Gilmore@ihs.gov.
    Firm Fixed-Price Non-Personal Service Purchase Order to provide Optometrist Services for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a firm fixed-price non-personal service purchase order to provide optometrist services for the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota. The contract aims to source qualified optometrists to serve approximately 7,000 tribal members, ensuring they meet specific credentialing requirements and adhere to IHS standards while delivering comprehensive patient care. This initiative is crucial for enhancing healthcare access in a rural area where patients often travel significant distances for services. Interested parties can contact Andrea Whipple at andrea.whipple@ihs.gov or call 605-268-2022 for further details regarding the procurement process.
    Physician and Pediatrician Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified Indian Economic Enterprises to provide Physician and Pediatrician Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The objective is to engage up to four contract providers to ensure uninterrupted outpatient Family Medicine and Pediatrician services for approximately 7,000 tribal members on the Lake Traverse Reservation, addressing a critical shortage of primary care providers. This initiative is vital for enhancing healthcare access and delivering comprehensive care while adhering to federal regulations and quality standards. Interested parties must submit their responses by March 17, 2025, to Contract Specialist William Kohl at william.kohl@ihs.gov, with the anticipated contract running from May 1, 2025, through April 30, 2030.