NUTRITIONIST NONPERSONAL HEALTHCARE SERVICES
ID: 75H71325Q00002Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEINDIAN HEALTH SERVICEPORTLAND, OR, 97209, USA

NAICS

All Other Miscellaneous Ambulatory Health Care Services (621999)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)
Timeline
  1. 1
    Posted Oct 24, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 24, 2024, 12:00 AM UTC
  3. 3
    Due Nov 9, 2024, 1:00 AM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide Nutritionist Nonpersonal Healthcare Services at the Chemawa Indian Health Center in Salem, Oregon. The contract encompasses a firm-fixed price for a one-year base period with four optional one-year extensions, aimed at addressing health disparities, particularly high diabetes rates among Indigenous populations, through nutritional assessments, counseling, and education. This procurement is critical for enhancing healthcare services within the community, ensuring culturally competent care tailored to Indigenous health practices. Interested parties must submit their quotes by January 28, 2024, with all submissions directed to Jacob Blalock at jacob.blalock@ihs.gov.

Point(s) of Contact
Jacob Blalock
(503) 304-7661
(503) 304-7677
jacob.blalock@ihs.gov
Files
Title
Posted
The document outlines a firm-fixed price contract for providing nonpersonal healthcare nutritionist services at the Western Oregon Service Unit (WOSU) of the Indian Health Service (IHS) in Salem, Oregon. The primary objective is to establish a nutritionist program to address health disparities within American Indian and Alaska Native populations, notably their high rates of diabetes. The contractor will be responsible for activities such as disease prevention and management through nutrition consultations, education, and collaboration with healthcare teams. Key qualifications for the nutritionist include being a credentialed Registered Dietitian with a valid license to practice. The contract spans one base year with four optional renewal years, covering approximately 40 hours of service each week. Contractors must maintain medical liability insurance, uphold a strong security posture for equipment and patient information, and comply with IHS policies and HIPAA regulations. Additionally, oversight will be conducted through periodic evaluations by the Contracting Officer Representative (COR). The agreement includes provisions for accountability, documentation, and adherence to high standards of service quality and cultural competence in care provision.
Jan 22, 2025, 11:09 PM UTC
This document outlines a Request for Proposal (RFP) for a Firm-Fixed Price Purchase Order focused on providing nutritionist services to a Portland Area Indian Health Clinic in Salem, Oregon. The RFP includes five line items corresponding to different contract periods: a base period and four option periods, each requiring an estimated quantity of 1,840 hours. The pricing structure is presented, but specific unit prices and the grand total remain to be determined. This proposal reflects a need for professional nutritionist services to support the healthcare initiatives for the specified clinic, highlighting the government's commitment to enhancing health services within the community.
Jan 22, 2025, 11:09 PM UTC
The document outlines a firm-fixed-price contract for nutritionist nonpersonal healthcare services at the Western Oregon Service Unit (WOSU) of the Indian Health Service (IHS) in Salem, Oregon. The contract aims to address health disparities in Indigenous populations, particularly higher diabetes rates, by establishing nutritionist services. Key objectives include providing assessments, counseling, education, and consultation based on evidence-based practices. The contractor is required to maintain medical liability insurance and ensure all employees meet specific qualifications, including being a credentialed Registered Dietician (RD) or Registered Dietician Nutritionist (RDN). The contract specifies a performance period of one base year with four optional years, where contractors will work 30 to 40 hours weekly. Key deliverables include developing nutritional consultation services, counseling patients, coordinating with care teams, and adhering to Indian Health Service policies. Performance will be assessed through a quality assurance plan, evaluations, and documentation compliance. Additionally, the contractor must follow security and data protection protocols and ensure that government property and equipment are safeguarded. The document emphasizes the importance of culturally competent care tailored to Indigenous health practices, ultimately supporting the IHS mission to improve patient health outcomes.
Jan 22, 2025, 11:09 PM UTC
The document outlines a Business Associate Agreement between the Indian Health Service (IHS) and Cameron and Company, required under the Health Insurance Portability and Accountability Act (HIPAA). Its primary purpose is to ensure compliance with HIPAA regulations concerning the handling of Protected Health Information (PHI). Key provisions include the definition of roles, such as 'Business Associate' and 'Covered Entity', and stipulations on privacy compliance, safeguarding measures, permitted uses and disclosures of PHI, and the responsibility to report unauthorized disclosures. The agreement mandates that the Business Associate implements necessary safeguards and maintains records of PHI access for individual patients, allowing for compliance with patient rights under the Privacy Rule. It includes procedures for amending information, responsibilities of IHS, and actions upon a material breach of the agreement, including potential termination and requirements for the return or destruction of PHI at the contract’s end. This agreement is critical to uphold privacy standards while providing healthcare services, ensuring both parties are bound by the same regulatory requirements and safeguarding health information integrity throughout their dealings.
Jan 22, 2025, 11:09 PM UTC
The document outlines Wage Determination No. 2015-5573, established by the U.S. Department of Labor under the Service Contract Act (SCA). It specifies minimum wage requirements for federal contractors in Oregon, particularly in Marion and Polk counties, ensuring compliance with Executive Orders 14026 and 13658. Contractors entering into agreements post-January 30, 2022, must pay at least $17.75 per hour or the applicable wage rate for 2025; lower rates apply for older contracts not renewed after this date. The file lists specific wage rates for various occupations, such as administrative support, automotive service, and maintenance roles, while emphasizing the importance of fringe benefits and paid sick leave. All covered workers receive a health and welfare benefit of $5.36 per hour. The document also explains the conformance process for unlisted occupations, emphasizing compliance obligations under federal laws. Overall, this wage determination serves to promote fair compensation and labor standards for government contract positions, aligning with federal employment laws aimed at protecting workers’ rights.
Jan 22, 2025, 11:09 PM UTC
The document outlines a self-certification requirement for Offerors in compliance with the Buy Indian Act, administered by the Indian Health Service, part of the Department of Health and Human Services. It specifies that Offerors must certify their status as "Indian Economic Enterprises" during the solicitation process, contract award, and throughout the contract term. If eligibility criteria are no longer met, immediate notification to the Contracting Officer is mandated. Offerors must also be registered in the System of Award Management (SAM) and can be required to provide documentation proving eligibility. False claims in submissions or contract performance may lead to legal penalties under applicable U.S. laws. The form concludes with sections for the signature and information of the 51% owner of the enterprise, the business name, and the DUNS number. The overall purpose is to ensure that procurement processes under the Buy Indian Act support Indian-owned businesses, ensuring compliance and integrity in federal contracting practices.
Jan 22, 2025, 11:09 PM UTC
The document is a response to questions related to RFQ 75H71325Q00002, which addresses employment and insurance requirements for contractors. The first question centers on whether positions will be subject to Wage Determination (WD) and if contractors can propose candidates outside WD guidelines if they offer competitive salaries and benefits. The response clarifies the SCA conformance process, allowing contractors to propose job titles and wage rates not listed in the applicable wage determination, provided they submit requests within 30 days of employment initiation. The second question pertains to liability insurance requirements outlined in the Performance Work Statement. It confirms that both the prime contractor and subcontractors must secure medical liability insurance, emphasizing that a professional liability insurance policy, including coverage for the specified contract positions, is sufficient. Insurance coverage must meet minimum amounts of $1,000,000 per occurrence, as specified in the contract clause. The responses establish clear requirements for contractors concerning workforce compensation and insurance liabilities essential for the contract execution.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
NNMC: Management Consulting Services
Buyer not available
The Indian Health Service, part of the Department of Health and Human Services, is seeking qualified contractors to provide management consulting services for the evaluation of the Northern Navajo Medical Center Case Management Program. The objective is to deliver both on-site and remote consultation and technical assistance, aimed at identifying improvements within the program. This opportunity is part of the federal government's initiative to support Native American enterprises, and interested parties must submit their qualifications by April 4, 2025, at 10:00 am MDT to Michelle James at michelle.james@ihs.gov. Additionally, bidders must comply with the Buy Indian Act and register with the System for Award Management (SAM) to be eligible for consideration.
Solicitation for one (1) OPD Nurse for the Dzilth-Na-O-Dith-Hle Health Center
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for one (1) OPD Nurse to provide non-personal healthcare services at the Dzilth-Na-O-Dith-Hle Health Center in Bloomfield, New Mexico. The contract entails a base period of six months with an option for an additional six-month renewal, and it is exclusively set aside for Indian Owned Small Businesses under the Indian Small Business Economic Enterprise (ISBEE) program. This opportunity is crucial for ensuring quality healthcare services in the community while supporting local economic enterprises, and it requires compliance with specific certifications such as ACLS and BLS. Interested offerors must submit their proposals, including qualifications and pricing, by April 8, 2025, and can contact Michael Austin at michael.austin@ihs.gov for further information.
Medical Support Assistant Non Personal Healthcare Services at the Jicarilla Service Unit
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for Medical Support Assistant Non-Personal Healthcare Services at the Jicarilla Service Unit located in Dulce, New Mexico. This procurement is specifically set aside for Small Business Indian Firms (SBIF) under the Buy Indian Act, with a cascading set-aside structure that prioritizes various categories of small businesses. The services are non-personal in nature, requiring independent contractors to perform healthcare-related tasks without government supervision, emphasizing compliance with regulatory standards. Interested offerors must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 PM MST on April 9, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
Piccolo Chemistry Analyzer - Warm Springs Service Unit
Buyer not available
The Indian Health Service, part of the Department of Health and Human Services, is seeking proposals for the supply and delivery of two Piccolo Express analyzers for the Warm Springs Service Unit in Oregon. The procurement includes a firm fixed price purchase order that encompasses a five-year warranty and CLIA waived panels for various medical tests, including comprehensive metabolic and lipid panels. These analyzers are crucial for providing rapid and accurate point-of-care testing, enhancing the healthcare services at the Warm Springs Health and Wellness Center. Interested vendors must submit their quotations, including a catalog demonstrating compliance with specifications, to PORAOAcquisition@ihs.gov by the specified deadline, with a required delivery date of 60 days from the award.
Jicarilla Service Unit Medical Supply Agreement
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Medical Supply Agreement for the Jicarilla Service Unit located in Dulce, New Mexico. This procurement aims to secure a variety of medical supplies on an as-needed basis, ensuring compliance with federal and local regulations while emphasizing quality, timely deliveries, and customer service. The contract will span one base year with four optional renewal periods, and it is set aside for Small Business Indian Firms, with a cascading set-aside structure for other small businesses if necessary. Interested offerors must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on April 15, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide non-personal healthcare services, including physician and other professional ambulatory services, for the Purchased/Referred Care (PRC) program in New Mexico. The objective is to procure medically necessary outpatient and inpatient services for eligible American Indian and Alaskan Native patients, which will be delivered at the contractor's facilities rather than IHS clinics or hospitals. This initiative is crucial for ensuring access to specialty healthcare services that are not available through IHS, thereby enhancing healthcare delivery to underserved populations. Interested parties should contact Eric Wright at eric.wright@ihs.gov or Patricia Trujillo at patricia.trujillo@ihs.gov for further details, with proposals due by January 1, 2025.
Services to provide primary direct patient care, alcohol and substance abuse and community health representative services to Urban Indian Patients in the Sioux Falls and Pierre, South Dakota Communities.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide primary direct patient care, alcohol and substance abuse services, and community health representative services to Urban Indian patients in the Sioux Falls and Pierre communities of South Dakota. The procurement aims to ensure uninterrupted healthcare services in alignment with the Indian Health Care Improvement Act, emphasizing the need for compliance with federal and state laws regarding patient data management and equitable access to healthcare for Urban Indian beneficiaries. Interested parties must submit their capabilities via email to Nichole Lerew by April 15, 2025, at 3:00 PM CST, and should include the Sources Sought Number IHS1509692 in the subject line. For further inquiries, contact Nichole Lerew at nichole.lerew@ihs.gov or Mona Weinman at mona.weinman@ihs.gov.
OEHE GIS Support Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Geographic Information System (GIS) Support Services through a presolicitation notice for Solicitation 75H70125R00030. The procurement aims to enhance GIS capabilities within the Office of Environmental Health and Engineering (OEHE) by developing and maintaining feature service schemas, providing technical support, and conducting training workshops, among other tasks. This initiative is crucial for improving healthcare service delivery in native communities by modernizing infrastructure and ensuring effective use of GIS technology. The contract is structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement with a total budget ceiling of $9.9 million, and interested parties should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452 for further information. The solicitation is anticipated to be released in April 2025, with proposals due at least 30 days after issuance.
PIMC Chemical Fume Hood PM and Calibration Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide preventive maintenance and calibration verification services for Chemical Fume Hoods at the Phoenix Indian Medical Center in Arizona. The contract aims to ensure compliance with safety regulations and operational efficiency, requiring the contractor to manage all necessary parts, labor, and documentation while adhering to original equipment manufacturers’ guidelines. This service is critical for maintaining laboratory safety standards, as the facility serves approximately 140,000 Native Americans and supports various healthcare specialties. Proposals are due by April 11, 2025, at 1:00 p.m. MST, and interested parties should contact Kerri Gilmore at Kerri.Gilmore@ihs.gov for further information.
Contractor shall furnish and install a water service line for R. Smith #4420 in Pawhuska, OK (Osage, Co.) in accordance with the statement of work and drawing.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to furnish and install a water service line for R. Smith 4420 in Pawhuska, Oklahoma. The procurement is a Buy Indian set-aside, aimed at Indian-owned businesses, and requires adherence to a detailed statement of work and associated drawings, with an estimated contract value of less than $50,000. This project is crucial for enhancing local water infrastructure and ensuring compliance with federal regulations, including labor standards. Interested contractors must submit their quotes by April 21, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.