Non-Personal Service Contract for Pediatric Physician
ID: IHS1486692PEDSType: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA

NAICS

Temporary Help Services (561320)

PSC

MEDICAL- OTHER (Q999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for a Non-Personal Service Contract to provide one Pediatric Physician for the Northern Navajo Medical Center located in Shiprock, New Mexico. The contract aims to fulfill the healthcare needs of the pediatric department, requiring qualified vendors to submit full-time personnel who meet specific educational and professional criteria. This opportunity is crucial for ensuring the delivery of medical services to a population that may face language barriers and cultural sensitivities. Proposals are due by September 11, 2024, and interested vendors must contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov for further details and to submit their offers, which must include a comprehensive pricing schedule and evidence of relevant experience.

    Point(s) of Contact
    Verni Harrison-Yazza
    verni.harrison-yazza@ihs.gov
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the required tasks and expectations for the delivery of services under a federal government contract. The primary aim is to clarify the specific performance criteria that contractors must meet, ensuring that projects are completed efficiently and to high standards. The document is structured into sections detailing the scope of work, deliverables, performance metrics, and timelines. Key elements include contractor responsibilities, quality assurance measures, and compliance with applicable regulations. Additionally, the PWS emphasizes communication protocols between the government and contractors to facilitate smooth project execution. Overall, the PWS serves as a foundational document guiding the operational framework of the project, ensuring accountability and alignment with government objectives, while also addressing the standards necessary for effective service delivery. It reinforces the government's commitment to transparency and rigor in procurement processes, reflecting the essential practices within federal RFPs and grants.
    The document outlines the contract clauses for a federal government solicitation related to commercial products and services. It emphasizes compliance with various Federal Acquisition Regulation (FAR) clauses which implement statutory and executive order provisions. Key provisions include prohibitions on contracting with specific entities, requirements for accelerated payments to small businesses, and labor standards. The document also mandates submission of payment requests electronically and states that personal identity verification and other procedural guidelines must be followed. The contractor is required to maintain medical liability insurance, reflecting the non-personal nature of the services provided. Specific instructions for offerors are provided, detailing required documents for proposal submission, including proposed rates and evidence of relevant experience. The solicitation aims to ensure the selection of qualified contractors while adhering to federal standards, promoting competition, and facilitating compliance with diverse regulatory requirements. The structured format includes sections on contract clauses, documents, solicitation provisions, and explicit instructions for the contracting process, ensuring a comprehensive approach to federal procurement.
    The document outlines a pricing schedule for nonpersonal services intended for a government contract, specifically detailing a contract involving 160 hours of service per month at an undisclosed unit price. It emphasizes that the all-inclusive rate covers various aspects such as labor, fringe benefits, holiday pay, transportation, per diem, supervision, housing, and relevant taxes. The pricing reflects estimates only, indicating the actual order quantities may differ without triggering price adjustments. Additionally, the pricing structure reinforces adherence to the Performance Work Statement, which provides specifics about work schedules and service requirements. This document serves as a crucial component for government Request for Proposals (RFPs) and contracts, ensuring that vendors clearly understand the financial expectations and service delivery parameters.
    The document presents Wage Determination No. 2015-5445 issued by the U.S. Department of Labor under the Service Contract Act, detailing wage and benefit requirements for contractors in New Mexico, specifically San Juan County. It outlines minimum wage obligations based on the Executive Orders applicable to contracts. For contracts starting or extended post-January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $12.90 per hour. It itemizes various occupations and their corresponding wage rates, including administrative, automotive, food preparation, health, and technical roles, with specific rates for numerous job classifications. The document highlights contributions toward benefits, mandating a health and welfare provision and stating additional compensation requirements such as paid sick leave and vacation. Further, it defines requirements for contractor compliance concerning wage rates, fringe benefits, and the process for identifying unlisted classifications through the conformance procedure. This framework supports equitable pay for service workers and underscores the government's commitment to contractor accountability in wage adherence, especially in federally funded programs and grants.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Non-Personal Service contract for Nocturnist Physician Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide Non-Personal Service Contract for Physician Nocturnist Services at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract aims to fulfill healthcare needs for American Indians and Alaska Natives during nocturnal hours, requiring contractors to deliver comprehensive medical services while adhering to strict performance standards and cultural sensitivities. Interested vendors must submit their proposals, including pricing and candidate qualifications, by September 18, 2024, and ensure compliance with the Buy Indian Act, as only offers from Buy Indian small businesses will be accepted. For inquiries, contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov.
    Physician Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking proposals for physician services at the Tohatchi Health Center in New Mexico. The procurement aims to secure non-personal healthcare services, including family medicine, internal medicine, and pediatric care, for the period from January 1, 2025, to December 31, 2025. This opportunity is particularly significant as it is set aside for Indian-owned Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to providing quality healthcare to Indigenous populations while adhering to federal regulations. Interested parties must submit their quotes by September 18, 2024, and can direct inquiries to Misty Billy at Misty.Billy@ihs.gov or by phone at 505-399-0177.
    Two (2) Emergency Room Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide two Emergency Room Registered Nurse Services at the Northern Navajo Medical Center located in Shiprock, New Mexico. The procurement aims to fulfill the nursing needs of the Emergency Room department for a contract period of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is critical for ensuring adequate healthcare services in the region, particularly under the Buy Indian Act, which prioritizes Indian economic enterprises in federal contracts. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience in similar services.
    Four (4) Ambulatory Care Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide four Ambulatory Care Registered Nurse Services for the Nursing Division at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract will encompass a 6-month base period with an option for an additional 6-month period, totaling a potential 12-month engagement. These nursing services are critical for supporting the healthcare needs of the local population, and the procurement is governed by the Buy Indian Act, which prioritizes Indian economic enterprises. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm eligibility and experience in similar services.
    One (1) Advanced Practice Nurse (Nurse Anesthetist) Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified sources to provide Advanced Practice Nurse (Nurse Anesthetist) Services for the Clinical Division at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. The procurement aims to fulfill a critical need within the anesthesiology department, with an anticipated contract duration of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is part of the IHS's commitment to supporting Indian Economic Enterprises under the Buy Indian Act, emphasizing the importance of compliance and certification for interested parties. Interested vendors must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience.
    Mescalero Service Unit Optometrist Non Personal Healthcare Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for non-personal healthcare services in optometry at the Mescalero Service Unit in New Mexico. The primary objective is to procure optometric services to diagnose and treat visual disorders, with contractors expected to operate independently while adhering to industry standards and federal regulations. This procurement is crucial for ensuring quality eye care for American Indian populations, emphasizing cultural sensitivity and compliance with HIPAA guidelines. Interested offerors must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on September 25, 2024, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    24/7 Telebehavioral Health Services - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for 24/7 Telebehavioral Health Services at the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement aims to provide mental health services to adolescents suffering from Serious Mental Illness (SMI) and Substance Use Disorders (SUD) through telehealth, thereby enhancing access to care and addressing treatment gaps in the community. This contract, which is a Total Small Business Set-Aside, will be awarded for a base year with four option years, emphasizing the importance of culturally competent care and quality assurance in mental health outcomes for Native American youth. Interested vendors must submit their proposals by 5:30 PM MDT on October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    Firm Fixed-Price, Non-Personal Healthcare Service, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract to provide Registered and Licensed Practical Nursing Services for the Outpatient Department at the Pine Ridge Indian Health Service
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for a Firm Fixed-Price, Non-Personal Healthcare Service contract to provide Registered Nurses (RNs) and Licensed Practical Nurses (LPNs) for the Outpatient Department at the Pine Ridge Indian Health Service Hospital and associated health centers in South Dakota. The contract aims to secure up to 10 licensed nursing staff, including no more than four LPNs, to support patient care duties and documentation requirements while adhering to established healthcare standards. This opportunity is critical for ensuring quality healthcare delivery to the Native American population served by IHS, with a contract structure that includes a base year and four option years, evaluated using a Lowest Price Technically Acceptable (LPTA) method. Interested parties should contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724 for further details and to respond to the attached RFQ by the specified deadline.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    NetApp Storage Image Grid Health Check
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Native American Owned Small Businesses or Indian Economic Enterprises to conduct a health check on the NetApp Radiology 2nd Tier Image Storage Grid for the Radiology Department at the Gallup Indian Medical Center in Gallup, New Mexico. This opportunity is part of a market research effort to assess the availability of sources capable of providing these services, with a focus on compliance with the Buy Indian Act, which prioritizes Indian-owned businesses in federal contracting. Interested parties must submit a capabilities package, including a completed representation form, by September 17, 2024, at 12:00 PM MST, to the primary contact, Felecia Chavez, at felecia.chavez@ihs.gov. The anticipated period of performance for this contract is one year, and the applicable NAICS code is 541511, with a small business size standard of $34 million.