IAW Buy Indian Act of 1910 for Clinical Laboratory Scientist or Medical Technician Services
ID: RFP-25-PHX-10Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Clinical Laboratory Scientist or Medical Technician services at the Hopi Health Care Center in Polacca, Arizona. This procurement is set aside for Indian Economic Enterprises in accordance with the Buy Indian Act of 1910, aiming to provide essential laboratory services while promoting participation from Native American firms. The contract will cover a base period from June 30, 2025, to June 29, 2026, with the possibility of four additional option periods, and proposals must be submitted electronically by June 5, 2025, at 3 PM Eastern Time. Interested parties can contact Michele Lodge, Contract Specialist, at Michele.Lodge@ihs.gov or by phone at 702-204-9522 for further information.

    Point(s) of Contact
    Michele Lodge, Contract Specialist
    (702) 204-9522
    Michele.Lodge@ihs.gov
    Files
    Title
    Posted
    The document provides a detailed Price/Rate Schedule for RFP 16-247-SOL-00059, outlining the payment structure for various staffing requirements over a five-year contract period. It includes rates for clinical laboratory scientists or medical laboratory technicians across multiple shifts—day, evening, and night—along with provisions for overtime, call-backs, and on-call services. The schedule specifies hours and total annual rates, which are uniformly set at $0.00 across all years, indicating a placeholder or a model format without established pricing. The work schedule also delineates specific operational times for weekdays and weekends. This document serves as a foundational component of the RFP process, detailing staffing needs and expected contracts vital for the government’s healthcare services.
    The Business Associate Agreement outlines the responsibilities and obligations between the Indian Health Service (IHS), a covered entity under HIPAA, and a vendor identified as the Business Associate. Its main purpose is to ensure that the Business Associate safeguards Protected Health Information (PHI) while performing services under contract. Key provisions include compliance with HIPAA regulations, safeguarding PHI with appropriate measures, and the proper reporting of unauthorized use or breaches of PHI. The Business Associate must ensure that any subcontractors adhere to the same confidentiality standards. Moreover, the Agreement stipulates that upon termination, the Business Associate must either return or destroy PHI, and it obligates the Business Associate to indemnify the IHS against any legal costs arising from HIPAA violations. The document emphasizes the systematic management of PHI to protect patient confidentiality and regulatory compliance throughout the duration of the Agreement and beyond, showcasing the commitment of the IHS and its associates to uphold healthcare privacy standards.
    The Arizona Department of Revenue has issued an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, granting them an exemption from the Arizona Transaction Privilege Tax and Use Tax starting January 1, 2025. This exemption applies to specific business classifications, including utilities, publication, job printing, restaurant, personal property rental, and retail, as outlined in the Arizona Revised Statutes and Model City Tax Code. The letter also indicates that transactions in these classifications, conducted by the qualifying hospital, are exempt from taxation, although no deductions are allowed for transient lodging. Furthermore, the exemption extends to local city taxes under the same classifications. A Transaction Privilege Tax Exemption Certificate (Form 5000HC) must be presented alongside the Exemption Letter to vendors for these exemptions to apply. The validity of the letter spans any period post the start date, contingent on the accuracy of the provided information. The document emphasizes compliance requirements and provides details about the locations covered under the exemption in Appendix "A." Overall, this declaration supports the financial sustainability of health services provided to Indian communities in Arizona by alleviating tax burdens.
    The Statement of Work outlines the contract for non-personal health care services at the Hopi Health Care Center (HHCC) in Polacca, AZ, specifically for Clinical Laboratory Scientists or Medical Technicians. The contract spans a 12-month base period with four 12-month option periods, requiring services for at least three-month intervals. Contractors must coordinate schedules, adhere to the facility's rules, and provide services in line with IHS guidelines. Contractors must possess necessary education, experience, and certifications, including compliance with CLIA regulations and medical licensure. The agreement prohibits billing IHS patients directly and includes an overtime payment structure. Key responsibilities of the Contractor include performing laboratory tests, maintaining quality control, interpreting results, and participating in performance improvement activities while being culturally sensitive to the patient population. Further details encompass contractor qualifications, documentation requirements, and conditions for personnel removal. The performance of contracted personnel will be regularly assessed through a Quality Assurance Surveillance Plan. The document emphasizes adherence to IHS standards and mandates compliance with personal conduct and patient confidentiality protocols, ensuring high-quality laboratory services to meet patient care needs.
    The document is a standard timesheet for contractors at the Phoenix Indian Medical Center, designed to track contract service hours worked by personnel. It includes essential sections for documenting contractor information, hours worked, and certification of accuracy from the contractor as well as departmental verification. Each week is segmented by weekdays, detailing specifics such as date, time in and out, lunch breaks, total hours, and a description of those hours worked. The timesheet requires signatures from the contractor and designated officials to validate the work performed aligns with contractual terms. This formal documentation is integral for ensuring compliance with government funding requirements and accurate reporting within federal contracts, reflecting accountability in the delivery of services under government contracts and corresponding grants. The structure exemplifies efficient record-keeping necessary for government oversight in RFPs and grants management.
    The Indian Health Service is implementing a self-certification process under the Buy Indian Act, allowing “Indian Economic Enterprises” to respond to solicitations. Offerors must affirm their status as such during the offer, contract award, and performance phases. If an enterprise no longer meets these criteria, they must immediately inform the Contracting Officer. Documentation may be required to prove eligibility, and any misrepresentation can lead to legal repercussions under various U.S. laws. Successful bidders must also be registered with the System of Award Management (SAM). The form includes signature fields for the 51% owner of the enterprise, the name of the federally recognized tribal entity, the business name, and a Unique Entity Identifier (UEI) number, ensuring compliance and transparency in the bidding process.
    The document outlines the terms and clauses associated with a contract awarded by the Indian Health Service (IHS) for services to be rendered. It details the administration of the contract, including registration requirements for contractors, invoicing procedures, and the expectations for performance monitoring and reporting. Key provisions cover physical and environmental demands, contractor evaluations, verification of professional licensures, and security requirements including background checks. Additional sections specify the contractor's obligations regarding cultural sensitivity in patient interactions, adherence to health and safety standards, and the need for a Quality Control program. The document emphasizes compliance with federal regulations, contract clauses specific to the acquisition of commercial services, and provisions related to subcontracting with Indian organizations. The purpose of the RFP is to ensure service provision that meets governmental standards while promoting participation from Indian-owned enterprises, thereby enhancing community involvement in federal contracts. Ultimately, the document serves as a comprehensive guide to the contractual obligations and procedures necessary for successful engagement with the Indian Health Service.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Award - STAT and non-STAT Laboratory Testing Services
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with San Juan Regional Medical Center for STAT and non-STAT laboratory testing services in Shiprock, New Mexico. This procurement aims to ensure reliable laboratory testing capabilities, particularly in the event of a catastrophic incident that could disrupt services at the Northern Navajo Medical Center. The contract is anticipated to span a base period of one year, with four additional 12-month options, totaling up to five years of service. Interested vendors may submit capability statements by 10:00 AM (MST) on December 19, 2025, via email to Dallas Begay at dallas.begay@ihs.gov, as this notice does not constitute a request for quotations and competition is restricted to the selected provider.
    Great Plains Area Multiple Vendor Cost Per Reportable Result (CPRR) IDIQ contract for Automated Chemistry and Immunochemistry Instrumentation at five (5) IHS Hospitals and seven (7) IHS clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Automated Chemistry and Immunochemistry Instrumentation services across multiple IHS facilities in North and South Dakota. The contract aims to deliver Cost Per Reportable Result (CPRR) for laboratory analyzers, including comprehensive maintenance and support, with a performance period starting from January 1, 2026, and extending through December 31, 2030, including four one-year options. This procurement is critical for enhancing laboratory capabilities and ensuring quality healthcare services for the communities served by IHS. Interested contractors must submit their proposals by December 2, 2025, at 12:00 pm CT, and direct any inquiries to Mona Weinman at mone.weinman@ihs.gov or by phone at 605-945-5427.
    Blanket Purchase Agreement (BPA) - Miscellaneous Triage D-dimer test kits
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting market research to identify potential sources for a Blanket Purchase Agreement (BPA) for miscellaneous Triage D-dimer test kits, specifically through its Navajo Area Indian Health Service office. This sources-sought notice aims to gather information on qualified vendors capable of fulfilling this requirement, which is critical for in-vitro diagnostic testing in healthcare settings. Interested parties must submit their qualifications, including company profiles and capability statements, by December 23, 2025, to William Lee at William.Lee@ihs.gov. It is important to note that this is not a solicitation, and all respondents must be registered in the System for Award Management (SAM) to comply with federal requirements.
    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.
    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.
    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.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for Remote Coding Services for the Albuquerque Indian Dental Clinic. The procurement aims to secure non-personal healthcare services that include professional billing and coding, with a focus on maintaining a 95% accuracy rate and ensuring timely turnaround for coding tasks. These services are critical for the efficient management of clinical visits, accurate diagnostic coding, and compliance with data privacy regulations such as HIPAA. Proposals are due by December 19, 2025, at 12 PM MT, and interested offerors must contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further inquiries. The contract will be awarded as a firm-fixed-price purchase order for one base year with four optional renewal periods, and eligibility requires registration in the System for Award Management (SAM).
    Ultrasound system
    Health And Human Services, Department Of
    The Indian Health Service (IHS), specifically the Phoenix Area Indian Health Service, is seeking quotations for the procurement of a Sonosite ST Ultrasound System, along with a small basket and an L19-5 transducer. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 339112 and PSC code 6515, emphasizing the importance of supporting Native American small businesses in the healthcare sector. The successful vendor must be an authorized OEM dealer, and all items must be new, with shipping costs included to the Supai Clinic in Parker, Arizona. Quotes are due by December 22, 2025, at 5:00 PM Eastern, and interested parties should contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or by phone at 602-364-5012 for further details.
    Extend Phlebotomist Services at Cheyenne River Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking to extend the current contract for Phlebotomist Services at the Cheyenne River Health Center located in Eagle Butte, South Dakota. The extension is intended to continue providing essential medical services until April 3, 2023, ensuring that the health center can maintain its operations and support the healthcare needs of the local community. Phlebotomist services are critical for conducting blood draws and laboratory tests, which are vital for patient diagnosis and treatment. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605/964-0605 for further details regarding this opportunity.
    AMENDMENT 001 - Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Indian Health Service (IHS), Albuquerque Area Office, is soliciting proposals for four Medical Assistants to support the Santa Fe Indian Health Center and its three satellite clinics in New Mexico. The Medical Assistants will be responsible for essential healthcare services, including patient screenings, specimen collection, vaccination assistance, and various administrative tasks, with shifts varying between 8 and 10 hours, Monday through Friday. This procurement is critical for maintaining healthcare services in the region, and the contract will be awarded as a Firm-Fixed-Price purchase order for a base year with four option years, contingent on satisfactory performance. Interested offerors must submit their proposals by January 2, 2026, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.