NUTRITIONIST NONPERSONAL HEALTHCARE SERVICES
ID: 75H71325Q00002Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Offices of All Other Miscellaneous Health Practitioners (621399)

PSC

MEDICAL- OTHER (Q999)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    NNMC Wellness Program Project
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking to award a non-competitive contract for consultation services to the Central Consolidated School District in Shiprock, New Mexico, as part of the NNMC Wellness Program Project. The contract aims to support the Health Promotion Disease Prevention (HPDP) department at the Northern Navajo Medical Center by providing unique consultation services, including access to local facilities for rehabilitation and community wellness initiatives. This opportunity is significant as it addresses health and wellness needs within the community, with a contract period spanning from January 15, 2026, to January 14, 2031, including a base year and four option years. Interested vendors may submit a capabilities statement by December 16, 2025, to Bertina Jones at bertina.jones@ihs.gov.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
    Health And Human Services, Department Of
    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.
    KHC BIOMERIEUX SUPPLIES
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to negotiate a non-competitive firm-fixed-price contract for supplies from Biomerieux, Inc. This procurement involves the BioFire RP2.1 Panel and Filmarray GI Panel, which are essential for the Laboratory Department at the Kayenta Health Center in Kayenta, Arizona. These diagnostic supplies play a crucial role in supporting healthcare services within the Navajo Area Indian Health Service. Interested parties other than Biomerieux, Inc. may submit a capability statement to Daisha Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 17, 2025, although the government is not obligated to respond to submissions. The contract will span a base year plus four option years, and eligibility requirements include compliance with the Indian Economic Enterprise definition as outlined in the IHS guidelines.
    Sources Sought: 24/7 Nursing Telephone Triage Services for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide 24/7 Nursing Telephone Triage Services for the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The primary objective of this procurement is to establish a toll-free Nurse Advice line aimed at reducing unnecessary emergency room visits for American Indian and Alaskan Native patients residing on or near the Lake Traverse Reservation. This service is crucial for enhancing healthcare access and efficiency for approximately 7,000 tribal members, ensuring they receive appropriate care while minimizing costs associated with emergency services. Interested parties must submit their capability statements to Jeremiah Tsoodle at jeremiah.tsoodle@ihs.gov by December 31, 2025, at 1:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-26-1520417.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    KHC Dental Laboratory Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for dental laboratory services for the Kayenta Health Center in Kayenta, Arizona. The contract requires a qualified contractor to provide a comprehensive range of off-site dental laboratory services, including fixed, removable, and implant prosthodontics, as well as adjunct services like night guards and retainers, to support the Kayenta Alternative Rural Hospital, which serves a population of approximately 20,000 in a remote area. This Total Small Business set-aside solicitation will remain open for quotes until December 24, 2025, at 12:00 PM (ET), with the contract expected to span a base year from January 1, 2026, to December 31, 2026, and two additional option years through December 31, 2028. Interested parties can contact Daisha Richards at Daisha.Richards@ihs.gov or by phone at 928-697-5076 for further information.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Intent to Sole Source to Ortho Clinical Diagnostics
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Ortho Clinical Diagnostics for the renewal of a cost-per-test lease agreement for two Vitros XT 7600 Integrated Chemistry systems at the Chinle Comprehensive Health Care Facility in Arizona. This procurement aims to ensure uninterrupted laboratory services critical for direct patient care, as the facility is already equipped with the necessary systems and staff trained on their operation. The contract period is set from January 1, 2026, to December 31, 2026, with three optional one-year extensions, and interested parties may contact Nora Nutlouis at nora.nutlouis@ihs.gov or 928-725-9806 for further information. Responses to this notice must be submitted by the specified deadline to be considered for potential competitive procurement in the future.
    Dentist Services at Tohatchi Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide dentist services at the Tohatchi Health Center in New Mexico. This Sources Sought Notice is intended for market research purposes to assess the availability of qualified sources, particularly focusing on Small Business Indian Firms and Small Business concerns, in accordance with the Buy Indian Act. The information gathered will help determine the acquisition strategy for the upcoming solicitation, which may include set-asides for Indian-owned enterprises or small businesses. Interested parties are encouraged to contact Melissa Lake at melissa.lake@ihs.gov or call 505-930-1975 for further details, and must submit required documentation, including a Self-Representation Form, by the specified deadline.