NNMC, Request for two (2) Non-PSC Inpatient Pediatrics RN Services
ID: 75H71026Q00015Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA

NAICS

Temporary Help Services (561320)

PSC

MEDICAL- NURSING (Q401)

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 soliciting proposals for two Non-Personal Healthcare Services in the form of Inpatient Pediatric Nurses at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract encompasses a base period of six months, starting from January 1, 2026, with the possibility of extending through four additional six-month option periods, potentially lasting until June 30, 2028. These nursing services are critical for providing quality healthcare to pediatric patients in the region, and the procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561320. Interested contractors must comply with various federal regulations, including medical liability insurance requirements and submission protocols, and should direct inquiries to Matthew Atcitty at matthew.atcitty@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) Buy Indian Act Indian Economic Enterprise Representation Form is a self-certification document for offerors responding to solicitations, sources sought, or RFIs. It verifies that an enterprise meets the definition of an “Indian Economic Enterprise” (IEE) as per HHSAR 326.601, aligning with 25 U.S.C. 47. The enterprise must maintain IEE status throughout the offer, award, and contract performance periods, notifying the Contracting Officer immediately if eligibility changes. Individual Contracting Officers may request supporting documentation, and awards are subject to protest regarding eligibility. Successful offerors must also register with the System for Award Management (SAM). Submitting false information is punishable under 18 U.S.C. 1001, and false claims during performance are subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287. The form requires the offeror to represent whether they meet the IEE definition with Indian Ownership, including spaces for the 51% owner's name, certifying signature, printed name, federally recognized tribal entity name, business name, and DUNS Number.
    The provided document, a Pricing Schedule for Nonpersonal Services, outlines the cost structure for contracting nonpersonal services for the NNMC. It details a single line item for "Nonpersonal Services" at an estimated 160 hours per month, requiring a unit price from the contractor. The schedule specifies that the quoted "All-Inclusive Regular/Overtime hourly rate" must cover all labor, fringe benefits, transportation, per diem, supervision, housing, all other necessary expenses, and all applicable federal, state, and local taxes, including special pay for holiday or overtime. It also clarifies that the stated hours are estimates only, and the government's failure to order services in those quantities will not be grounds for price adjustment. Contractors are required to provide their signature, date, and UEI number.
    This government Request for Proposal (RFP) solicits non-personal health care services for two Inpatient Pediatrics Nurses at the Northern Navajo Medical Center in Shiprock, NM. The contract includes a base period from January 1, 2026, to June 30, 2026, and four one-year option periods, extending services until June 30, 2028. The acquisition is a 100% ISBEE (Indian Small Business Economic Enterprise) set-aside under NAICS code 561320 with a size standard of $34 million. Key requirements include compliance with various FAR and HHSAR clauses, medical liability insurance of $1,000,000 per occurrence and $3,000,000 in aggregate, and electronic submission of invoices via IPP. Contractors must adhere to limitations on subcontracting, employee background checks, and specific Indian Health Service regulations, including child protection policies. The document emphasizes the non-personal nature of the services, contractor indemnification, and strict adherence to government regulations, including the REAL ID Act for facility access.
    Similar Opportunities
    Gallup Service Unit & Shiprock Service Unit: Nurse Advice/Nurse Triage Telephone Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Nurse Advice/Nurse Triage Telephone Services for the Gallup and Shiprock Service Units in New Mexico. The contract will provide non-personal nurse triage services to support healthcare delivery for American Indians and Alaska Natives, with a performance period starting December 1, 2025, and extending through November 30, 2030, including a base year and four optional one-year periods. This service is critical for ensuring timely and effective healthcare access, requiring a dedicated call center capable of handling a minimum of 60 calls daily, with specific performance metrics for call handling and language interpretation. Interested vendors must submit their proposals in PDF format by December 9, 2025, at 1:00 P.M. MST, and can direct inquiries to Adrian Segay at Adrian.Segay@ihs.gov.
    (2) FNP/APN Nonpersonal Services at Pinon Health Service
    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 Family Nurse Practitioners (FNP) or Advanced Practice Nurses (APN) at the Pinon Health Center in Arizona. The objective is to provide comprehensive healthcare services to American Indians and Alaska Natives, including outpatient general medicine and urgent care, as outlined in the Performance Work Statement. This contract is crucial for ensuring culturally appropriate healthcare delivery within the Navajo Area, with a performance period of 12 months or until permanent hires are made. Interested vendors must submit their quotes by August 29, 2025, at 5:00 PM MST, via email to Whitney Shorty at whitney.shorty@ihs.gov, including required documentation across four volumes: Administrative Documents, Technical Proposal, Past Performance, and Price.
    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.
    Notice of Intent to Award
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
    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.
    Nonpersonal Service Contract - (1) Xray Tech at Pinon Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Non-Personal Service Contract to provide an X-ray Technician at the Pinon Health Center in Arizona. The contractor will be responsible for performing X-ray procedures, maintaining equipment, and ensuring compliance with health standards, with the contract duration set for 12 months or until a permanent hire is made. This opportunity is particularly significant as it supports the health services for American Indians and Alaska Natives, emphasizing the importance of culturally competent care. Proposals are due by December 6, 2025, at 5:00 PM MST, and interested parties should contact Whitney Shorty at whitney.shorty@ihs.gov or 928-725-9806 for further details.
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for four Medical Assistants to serve at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The Medical Assistants will be responsible for various patient care tasks, including screenings, specimen collection, vaccination assistance, and phlebotomy, with a requirement for candidates to have relevant qualifications and certifications. This procurement is part of a Buy Indian Set-Aside initiative, emphasizing the importance of supporting Indian Small Business Economic Enterprises, and will result in a single award with a base year and four option periods based on performance. Interested offerors must submit their proposals by January 2, 2026, 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
    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).
    LSJ - RN Services, CRHC, 60days.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified nursing professionals to provide Registered Nurse (RN) services at the Cheyenne River Health Center in Eagle Butte, South Dakota, through a 60-day contract. This urgent procurement aims to address immediate healthcare needs within the community, highlighting the critical role of nursing services in supporting public health initiatives. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or call 605-964-0605 for further details regarding the contract. The secondary contact for inquiries is Stephanie Red Elk, available at stephanie.redelk@ihs.gov or 605-964-0507.
    Orthodontic Dental Assistant for the Albuquerque Indian Dental Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified businesses to provide orthodontic dental assistant services for the Albuquerque Indian Dental Clinic in New Mexico. The contract will require the provision of non-personal healthcare services for 27 hours per week over a period of 52 weeks. This opportunity is part of a market research effort to identify potential vendors, particularly those that qualify as Indian Economic Enterprises (IEE) under the Buy Indian Act, which emphasizes the importance of supporting Indian-owned businesses. Interested parties must submit their responses, including company information and the IHS IEE Representation Form, to Stephanie Begay at stephanie.begay3@ihs.gov by December 5, 2025, at 5:30 PM MST.