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
SOURCES SOUGHT: Nutrient Analysis Software Program
Buyer not available
The Indian Health Service (IHS), specifically the Navajo Area Indian Health Service, is seeking qualified vendors for a nutrient analysis software program aimed at ensuring that meals provided to patients meet their specific dietary and nutritional needs. This procurement is part of a market research effort to identify potential sources and is not a solicitation; it is intended to inform the acquisition strategy, including competition and set-asides for Indian-owned economic enterprises. Interested parties must submit a company profile and a statement of capability by April 28, 2025, to Flora Washington at flora.washington@ihs.gov, with the subject line “SSN – Nutrient Analysis Software Program, IHS1511591.” Additionally, businesses claiming Indian-owned status must complete the IHS IEE Representation Form to confirm their eligibility under the Buy Indian Act.
Inpatient Dietary Services for the Cass Lake Service Unit
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Inpatient Dietary Services for the Cass Lake Service Unit in Minnesota. This opportunity is set aside for 100% Indian Economic Enterprises (IEE) and requires contractors to provide comprehensive dietary services, including meal preparation and service for inpatients, while adhering to federal regulations and maintaining high standards of hygiene and food safety. The contract will be awarded as a Firm Fixed Price arrangement, consisting of a base year plus four optional one-year renewals, with proposals due by May 6, 2025, at 1:00 PM CT. Interested parties should contact Mary Simon or Jennifer Richardson for further details and ensure compliance with all submission requirements, including IEE certification and registration in the System for Award Management (SAM).
Nonpersonal Service Clinical Pharmacist Informaticist (Clinical Applications Coordinator) healthcare providers
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide Non-Personal Service Clinical Pharmacist Informaticist (Clinical Applications Coordinator) healthcare providers for the Chinle Comprehensive Health Care Facility in Arizona. The procurement aims to secure contractor services for a total of 2,080 hours over a one-year performance period, which includes a base period and three option periods, as outlined in the Performance Work Statement (PWS). This contract is crucial for ensuring the provision of quality healthcare services within the IHS framework, emphasizing the need for qualified candidates with relevant past performance and technical capabilities. Proposals are due by April 29, 2025, at 8:00 a.m., and interested parties can direct inquiries to Tilda Nez at tilda.nez@ihs.gov or by phone at 928-674-7474.
Mescalero Service Unit Obstetrics-Gynecology Nurse Practitioner Non Personal Healthcare Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for non-personal healthcare services from an Obstetrics-Gynecology Nurse Practitioner at the Mescalero Service Unit in New Mexico. The contractor will be responsible for providing comprehensive prenatal and postnatal care, gynecological exams, and managing reproductive health issues, operating independently without government supervision. This procurement is crucial for enhancing healthcare delivery within the Indian Health Service framework, ensuring compliance with federal regulations, including HIPAA guidelines, and maintaining high standards of patient care. Interested offerors must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 PM MST on April 28, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
Non-Personal Service Contracts for Pharmacist healthcare providers to the Pinon Health Center, Chinle Service Unit
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to provide non-personal service contracts for pharmacist healthcare providers at the Pinon Health Center within the Chinle Service Unit in Arizona. The procurement aims to deliver comprehensive pharmaceutical care, with services required to be performed in accordance with the attached Performance Work Statement (PWS) during a base period from May 2025 to October 2025, followed by an option period from November 2025 to April 2026. This opportunity is particularly significant as it is set aside under the Buy Indian Act, emphasizing the importance of culturally sensitive healthcare delivery to the Navajo community. Interested contractors must submit their proposals electronically by April 24, 2025, and can direct inquiries to Tilda Nez at tilda.nez@ihs.gov or by phone at 928-674-7474.
NNMC_Non-PSC_Four (4) Pharmacist
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide non-personal services for four (4) pharmacists at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. The contract aims to fulfill the pharmacy department's staffing needs, requiring vendors to submit qualified personnel who meet specific educational and professional criteria. This procurement is significant as it supports healthcare delivery in Indigenous communities, ensuring access to essential pharmaceutical services. Interested parties must submit their quotes by April 30, 2025, and are encouraged to direct any inquiries to Matthew Atcitty at matthew.atcitty@ihs.gov or by phone at 505-368-7345.
Taos Picuris Service Unit Pharmacy Technician Non-Personal Healthcare Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for non-personal healthcare services in the form of Pharmacy Technician support for the Taos Picuris Service Unit in New Mexico. The contract requires full-time pharmacy technician duties, including expertise in pharmaceutical practices and compliance with the IHS Pharmacy Manual, with an emphasis on independent billing and adherence to federal and state regulations. This procurement aims to enhance healthcare access for underserved populations while ensuring high operational standards and accountability. Interested offerors must submit their proposals by 12:00 PM MST on April 23, 2025, and can direct inquiries to Eric Wright at eric.wright@ihs.gov or by phone at 505-256-6752.
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 the aim of providing essential healthcare support services while promoting economic opportunities for Indian-owned businesses. The deadline for submitting quotes has been extended to April 30, 2025, at 12 PM MST, and interested parties must ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Eric Wright at eric.wright@ihs.gov or by phone at 505-256-6752.
NPSC: Tour Coordinator Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for two Non-Personal Service Contracts for Tour Coordinator services at the Northern Navajo Medical Center in Shiprock, New Mexico. These contracts aim to address the critical shortage of healthcare workers within the Navajo Nation by providing essential nursing services, with each contract requiring 2080 service hours over a performance period from May 19, 2025, to November 18, 2025. The procurement is set aside for small businesses, including those owned by service-disabled veterans and economically disadvantaged women, emphasizing the importance of culturally competent healthcare for approximately 201,583 Navajo Nation members. Interested parties must submit their proposals by May 9, 2025, and direct any inquiries to Michelle James at michelle.james@ihs.gov or by phone at 928-871-5841.
OEHE GIS Support Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for GIS Support Services under a presolicitation notice for Solicitation 75H70125R00030. The procurement aims to establish a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to enhance GIS capabilities within the Office of Environmental Health and Engineering (OEHE), focusing on tasks such as program management, technical support, training, and data conversion for community water and wastewater systems. This initiative is crucial for improving healthcare service delivery through technology in native communities, with a total budget ceiling of $9.9 million over a five-year period, including a base year and four option years. Interested parties should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452, and are advised to monitor www.sam.gov for the official solicitation release anticipated in April 2025, with proposals due at least 30 days thereafter.