MONITORING OF THE TRIBAL INJURY PREVENTION COOPERATIVE AGREEMENT PROGRAM (TIPCAP)
ID: 75H70126R00001Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIV OF ENGINEERING SVCS - SEATTLESEATTLE, WA, 98121, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

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 (IHS), is seeking proposals for the Monitoring of the Tribal Injury Prevention Cooperative Agreement Program (TIPCAP). This procurement aims to secure an Evaluation Advisory contractor to provide professional oversight and technical expertise for up to 30 Tribal Injury Prevention Cooperative Agreements across 12 IHS Areas, focusing on community-based injury prevention strategies. The contractor will be responsible for various tasks, including program planning, implementation, evaluation, and training, with a contract period spanning from January 2026 to December 2030, consisting of a base year and four option years. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE), with proposals due by November 19, 2025, at 1:00 PM PT. Interested parties can direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.

    Files
    Title
    Posted
    The Indian Health Service (IHS) requires offerors to self-certify their status as an "Indian Economic Enterprise" (IEE) in accordance with the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought, and RFIs. This representation form mandates that an enterprise meet the IEE definition at the time of offer, contract award, and throughout the contract performance period. Contractors must immediately notify the Contracting Officer if they no longer meet eligibility requirements. While self-certification is required, Contracting Officers may request additional documentation, and awards may be subject to protest if eligibility is questioned. Successful offerors must also be registered with the System for Award Management (SAM). The document warns against submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims during contract performance. The form requires the offeror to indicate whether they meet the IEE definition, and includes spaces for the name of the 51% owner, certifying signature, printed name, name of the Federally Recognized Tribal Entity, business name, and DUNS Number.
    The Quality Assurance Surveillance Plan (QASP) for the Tribal Injury Prevention Cooperative Agreements Monitoring Contract (TIPCAP) outlines the government's approach to assessing contractor performance. It details technical requirements, work categories such as newsletters, website support, training, workshops, and monitoring activities, all aimed at ensuring quality information technology support. The QASP establishes procedures for continuous oversight, defining what, how, and by whom monitoring will be conducted and documented. It emphasizes the contractor's responsibility for quality control while providing a framework for objective government surveillance, guided by Federal Acquisition Regulation Part 46. Key roles include the Program/Project Manager, Contracting Officer, and Contracting Officer's Representative (COR), who uses a surveillance matrix and performance ratings (Exceptional to Unsatisfactory) to evaluate performance and document findings through Corrective Action Reports and Performance Assessment Reports. The plan is a flexible, living document designed to identify and resolve performance issues efficiently.
    The Past Performance Questionnaire (PPQ) Form PPQ-0, Solicitation No. 75H70126R00001 for the TIPCAP Project, is a critical component of federal government solicitations designed to evaluate a contractor's past performance. This form, part of Section L – Factor 4, requires both the contractor and the client to provide detailed information. Contractors complete sections on their company, project role, contract specifics (number, type, price), and a description of the work and its relevance to the current submission. Clients then complete sections regarding their role, date of completion, and signature. The form includes a comprehensive rating system with definitions (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) across various performance areas: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, Safety/Security, and General. Clients are asked to circle the appropriate rating and provide narrative feedback on strengths, weaknesses, and deficiencies. The document emphasizes that clients are encouraged to submit the completed questionnaire directly to the offeror, who then submits it with their proposal to IHS. IHS reserves the right to verify all information provided, ensuring transparency and accuracy in the evaluation process.
    This document outlines instructions for calculating self-performed work in federal government contracts, particularly for Small Business, Indian Small Business Economic Enterprise (ISBEE), 8(a), Small Disadvantaged Businesses (SDB), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB) concerns. The core requirement for service contracts is that the prime contractor and/or “similarly situated entities” must perform at least 50% of the cost of contract performance incurred for personnel. The document defines
    This government file, "ATTACHMENT 4 INSTRUCTIONS FOR CALCULATION OF SELF-PERFORMED WORK," outlines the regulations for prime contractors regarding limitations on subcontracting, primarily focusing on service contracts. Adhering to FAR 52.219-14 and CFR Title 13, Part 125.6, prime contractors, particularly those with small business program status (e.g., ISBEE, 8(a), HUBZone), must ensure that at least 50% of the cost of contract performance for personnel is self-performed or performed by “similarly situated entities.” A "similarly situated entity" is a first-tier subcontractor with the same small business program status that qualified the prime contractor for the award and is considered small for the relevant NAICS code. The document provides detailed calculation forms for both proposal submission and contract completion, requiring prime contractors to track costs and percentages of work performed by themselves and similarly situated entities. It clarifies that amounts subcontracted to similarly situated entities performing with their own employees are generally excluded from the subcontracting limitation calculation. The file also includes examples to illustrate compliance and violations of these rules.
    The Indian Health Service (IHS) Division of Engineering Services is soliciting proposals (Solicitation: 75H70126R00001) for the "Monitoring of the Tribal Injury Prevention Cooperative Agreement Program (TIPCAP)." This RFP seeks an external evaluation advisory contractor to provide oversight and technical expertise for up to 30 Tribal Injury Prevention Cooperative Agreements (15 Part I Programs and 15 Part II Projects) across 12 IHS Areas. The contract, with a base period from January 2026 to December 2026 and four one-year options, aims to enhance and sustain the capacity of tribal injury prevention programs. Key tasks include temporary assistance with prior cycle closeout, establishing a document sharing website, conducting semi-annual grantee conference calls, developing training tools and webinars, updating the TIPCAP Handbook, providing technical assistance and evaluation support, coordinating an annual workshop, performing site visits to Part I grantees, and submitting various reports. The acquisition is 100% set-aside for Indian Small Business Economic Enterprises (ISBEE).
    The Indian Health Service (IHS) is seeking an Evaluation Advisory contractor for its Tribal Injury Prevention Cooperative Agreement Program (TIPCAP) through Solicitation 75H70126R00001. The contract aims to provide oversight and technical expertise to up to 30 Tribal Injury Prevention Cooperative Agreements across 12 IHS Areas, focusing on community-based injury prevention. The contractor will evaluate 15 Part I Injury Prevention Programs and 15 Part II Injury Prevention Program Projects. Key responsibilities include temporary technical assistance for prior cycle closeout, document sharing via a dedicated website, conducting semi-annual conference calls and webinars, updating the TIPCAP Handbook, providing technical assistance and evaluation support, coordinating annual workshops, and performing site visits to Part I grantees. The contract has a base period of 12 months, with four 12-month option periods, from January 2026 to December 2030, and is a 100% set-aside for Indian Small Business Economic Enterprise (ISBEE).
    The Indian Health Service (IHS) Division of Engineering Services has issued Solicitation 75H70126R00001 for monitoring the Tribal Injury Prevention Cooperative Agreement Program (TIPCAP). This RFP seeks an Evaluation Advisory contractor to provide professional oversight and technical expertise for up to 30 Tribal Injury Prevention Cooperative Agreements (15 Part I Programs and 15 Part II Projects) across 12 IHS Areas. The contract, with a base period from January 2026 to December 2026 and four one-year options, involves tasks such as providing technical assistance, conducting conference calls and webinars, updating the TIPCAP Handbook, performing site visits, and compiling progress and evaluation reports. Key personnel require extensive experience in community injury prevention and working with American Indian/Alaska Native communities. The acquisition is 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with proposals due by November 12, 2025.
    The Indian Health Service (IHS) Division of Environmental Health Services (DEHS) has issued Solicitation 75H70126R00001 for an Evaluation Advisory contract. This contract seeks a contractor to monitor the Tribal Injury Prevention Cooperative Agreement Program (TIPCAP) for up to 30 Tribal Injury Prevention Cooperative Agreements across 12 IHS Areas. The contractor will provide professional oversight and technical expertise in community-based injury prevention, program planning, development, implementation, evaluation, training, and resource development. Key tasks include prior cycle closeout assistance, establishing a document-sharing website, conducting semi-annual grantee conference calls and webinars, updating the TIPCAP Handbook, providing technical assistance and evaluation support, coordinating annual workshops, performing site visits to Part I grantees, and monthly consultations with IHS staff. The contract has a base period of 12 months with four 12-month option periods, from January 1, 2026, to December 31, 2030. This acquisition is 100% set aside for Indian Small Business Economic Enterprises (ISBEE).
    The Indian Health Service (IHS) is soliciting proposals (Solicitation: 75H70126R00001) for an Evaluation Advisory contractor to monitor the Tribal Injury Prevention Cooperative Agreement Program (TIPCAP). This contract will provide professional oversight and technical expertise in community-based injury prevention to up to 30 TIPCAP grantees (15 Part I Programs and 15 Part II Projects) across 12 IHS Areas. The contractor will assist with program planning, development, implementation, evaluation, training, and resource development over a base period of 12 months and four 12-month option periods, from January 2026 to December 2030. Key responsibilities include conducting conference calls, developing training tools, updating the TIPCAP Handbook, providing technical assistance, coordinating an annual workshop, performing site visits, and submitting comprehensive biannual and annual reports. The acquisition is 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with proposals due by November 19, 2025, at 1:00 PM PT.
    The Indian Health Service (IHS) Division of Environmental Health Services (DEHS) issued Solicitation 75H70126R00001 for a contractor to monitor the Tribal Injury Prevention Cooperative Agreement Program (TIPCAP). This RFP seeks an Evaluation Advisory contractor to provide professional oversight and technical expertise in community-based injury prevention to up to 30 Tribal Injury Prevention Cooperative Agreements (15 Part I Programs and 15 Part II Projects) across 12 IHS Areas. The contract, with a base period from January 1, 2026, to December 31, 2026, and four one-year option periods, includes tasks such as technical assistance, training, resource development, annual workshops, site visits, and comprehensive reporting. The contractor will support grantees in program planning, implementation, evaluation, and documentation of successes, with key personnel required to have extensive experience in public health and working with American Indian/Alaska Native communities. Travel is reimbursed at actual costs, not to exceed $20,000 per period.
    This document is Amendment A0001 to Solicitation 75H70126R00001, issued by the Indian Health Service - DES Seattle. The amendment, dated September 26, 2025, with an effective date of September 30, 2025, outlines revisions to the original solicitation. Key changes include removing the "GSA Contract number of the Offeror" from Section L.2. Cover Letter (2) and rephrasing the submission requirements for Volume I and Volume II in the second paragraph on page 35. Additionally, the amendment provides a Q&A section as of September 30, 2025, clarifying that the TIPCAP coordinator position applies only to TIPCAP grantees, and contractors are not required to provide program coordinators as part of their staffing. All other terms and conditions of the solicitation remain unchanged. Offers must acknowledge receipt of this amendment by one of three specified methods prior to the offer due date, with failure to do so potentially resulting in rejection of the offer.
    This document, Amendment A0002 to Solicitation 75H70126R00001, outlines modifications to a federal government RFP. The primary purpose is to update clauses, add new attachments, and provide clarifications through a Q&A section. Key changes include updating Section I with new FAR and HHSAR clauses, specifically FAR 52.219-14 on Limitations on Subcontracting and HHSAR clauses related to Indian Small Business Economic Enterprises. Attachment 4, a "Self Performed Calculation Sheet," is added, and its completion is now a requirement for Factor 6 Price Reasonableness in Section L. The amendment also provides responses to questions regarding staffing requirements for TIPCAP grantees and subcontracting for Project Director and Research/Technical Advisor positions, emphasizing compliance with self-performance calculations for ISBEE Set-Aside service contracts. All other terms and conditions of the solicitation remain unchanged.
    This document is Amendment A0003 to Solicitation 75H70126R00001, issued by the Indian Health Service - DES Seattle. Its purpose is to amend the solicitation with several key changes, including updating Section G.3 for consistency in key personnel (Project Director and Researcher/Technical Advisor), changing HHSAR Clauses 352.209-1 and 352.209-2 from Deviation 2025-01 to 2025-02, updating font size requirements in Section L.2, and moving HHSAR 352-226-4 from Section I to L.7. Additionally, the amendment provides a Q&A section as of October 15, 2025, clarifying various technical and administrative points, such as subcontractor discretion for key personnel, the government's stance on G&A being applied to travel costs, and the requirement for contractors to provide all computing equipment. All other terms and conditions of the solicitation remain unchanged, and a fully updated RFP is attached.
    This government file is an amendment to a solicitation (A0004) for a federal contract, likely an RFP, specifically for the Indian Health Service (IHS). The amendment updates several sections, including L.4.1 Factor 4: Past Performance, M.3.2.1. Factor 4: Past Performance, and L.2. Proposal Preparation and Submission Instructions. It also provides a Q&A section as of October 27, 2025, addressing various administrative and technical questions. Key clarifications include the contractor not providing grantee staffing, flexibility for subcontracting key personnel (while adhering to self-performance limitations for ISBEE Set-Aside contracts), the requirement for contractors to provide all computing equipment, and the applicability of multiple Indian Preference Program clauses. The amendment also addresses questions regarding the acceptance of CPARS for past performance, the use of subcontractor and sister subsidiary past performance, and the required documentation for Indian Economic Enterprise representation. Additionally, the government clarifies that G&A, overhead, or profit cannot be applied to travel costs, which will be reimbursed at actual cost.
    This government file is an amendment to a solicitation (RFP 75H70125R00001) for a firm-fixed price contract, issued by the Indian Health Service – DES Seattle. The amendment, A0005, primarily modifies several sections of the RFP, including changes to Factor 4 (Past Performance) and Factor 6 (Price Reasonableness Attachment 4 Self Performed Calculation Sheet). Key updates include clarifying that offerors should not incorporate previously submitted Past Performance Questionnaires (PPQs) by reference, specifying that the contract type is firm-fixed price, and extending the RFP response deadline to November 19, 2025. The amendment also provides Q&A responses covering various administrative and technical aspects, such as requirements for program coordinators, subcontracting limitations, the treatment of G&A for travel costs, and the evaluation of past performance for subcontractors and sister companies. Additionally, it clarifies guidelines for key personnel experience and technical capability submissions. All other terms and conditions of the solicitation remain unchanged.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NNMC Wellness Program Project
    Buyer not available
    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.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Buyer not available
    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).
    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.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide Licensing, Maintenance, and Support for IHS Great Plains Areawide Laboratory Information Systems. Period of Performance: 01/01/2025 - 12/31/2025.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to provide licensing, maintenance, and support for the Great Plains Areawide Laboratory Information Systems, with a contract period from January 1, 2025, to December 31, 2025. The procurement aims to establish a comprehensive solution that includes middleware support, compatibility with existing HL7 interfaces, and ongoing training and maintenance services to enhance clinical operations across IHS service units. This initiative is crucial for ensuring effective data exchange and standardization in healthcare technology within the Great Plains Area. Interested parties should respond to the Sources Sought notice by submitting their company information to David Jones at david.jones@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    MCG Health Evidence Based Guidelines
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a Sole Source Non-Personal Service Purchase Order to MCG Health, LLC for the provision of evidence-based clinical guidelines to support patient care management at the Rosebud Indian Health Service Hospital in South Dakota. This procurement aims to enhance the quality of care through the implementation of clinical guidelines, which are crucial for effective patient management and treatment outcomes. The contract will cover a period of one base year with four additional option years, and interested parties can reach out to Andrea Whipple at andrea.whipple@ihs.gov or by phone at 605-747-0402 for further details.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    Pine Ridge Multi Phase Door Replacement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and requires adherence to specific construction standards and regulations, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    SOURCES SOUGHT NOTICE: Proficiency Testing Program
    Buyer not available
    The Indian Health Service (IHS) is conducting market research to identify potential sources for proficiency test survey kits and proficiency testing services required for the continuing accreditation of Clinical Laboratory services at the Kayenta Health Center in Kayenta, Arizona. This opportunity is aimed at ensuring compliance with Clinical Laboratory Improvement Amendments (CLIA) requirements and maintaining enrollment in relevant programs. Interested parties are invited to submit their qualifications, including company profiles and capability statements, by December 10, 2025, to Flora Washington at flora.washington@ihs.gov. This notice is not a solicitation, and participation is voluntary; however, all interested vendors must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.