Automated Communication Platform for White Earth Health Clinic
Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICERockville, MD, 20852, US
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 7, 2025, 12:00 AM UTC
  3. 3
    Due Jan 13, 2025, 8:00 PM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for an Automated Communication Platform to Payton Merger Sub II LLC, doing business as AudioCare Systems, for the White Earth Health Center in Ogema, MN. This contract, valued at $284,438, will provide essential non-cloud-based interactive voice response (IVR) services that integrate with the clinic's existing RPMS operating system, which is critical for effective patient communication. The contract is structured for a one-year term with four optional extensions, emphasizing the unique qualifications of AudioCare Systems as the only vendor capable of meeting these specific integration requirements. Interested parties may contact Winona Kitto at winona.kitto@ihs.gov for further information regarding this procurement opportunity.

Point(s) of Contact
Files
Title
Posted
Jan 7, 2025, 2:04 PM UTC
The document is a Justification and Approval (J&A) for awarding a contract without full and open competition for an Automated Patient Communication Platform. The Department of Health and Human Services (HHS) outlines the conditions under which this justification is necessary. The specific acquisition of $284,438 is targeted for a one-year service with four optional extensions. The chosen contractor, MUMPS AudioFax, Inc., is the only vendor capable of integrating with the outdated RPMS system used by the Indian Health Service. The justification cites FAR 6.302-1, demonstrating that this vendor possesses unique qualifications necessary for meeting the agency's requirements. The document also notes that alternative vendors were either unable to provide a compatible system or lacked the necessary federal certification. Additionally, it outlines steps taken to increase competition in the future and emphasizes the importance of maintaining compliance with relevant regulations. The approval process involves multiple levels of review, ensuring that the necessary legal and fiscal assessments are completed. This J&A indicates the government's commitment to securing essential healthcare communication services while addressing procurement challenges related to proprietary technology integration.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
FULL AND OPEN - OCAO TELERADIOLOGY INTERPRETATIONS
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide teleradiology interpretations and transcription services for healthcare facilities in the Oklahoma and Albuquerque Areas, including Pine Ridge Hospital. The procurement aims to address the lack of on-site radiologists by ensuring timely and compliant diagnostic imaging services, adhering to standards set by The Joint Commission and the American College of Radiology, while maintaining HIPAA compliance. This initiative is crucial for enhancing access to quality healthcare for over 1.5 million American Indians and Alaska Natives, with the contract lasting for an initial year and the possibility of four additional extensions. Interested parties can contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or by phone at 405-951-3888 for further details.
Expanded Bandwidth Internet
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract to Wecom, LLC for expanded bandwidth internet services at the Peach Springs Health Center in Arizona. This procurement is critical for maintaining essential telehealth, radiology, and electronic dental services, ensuring that the facility can operate effectively and provide timely patient care. The contract, which falls under NAICS code 517111 for Wired Telecommunications Carriers, is set for a duration of one year, from March 18, 2025, to March 17, 2026, and is justified under FAR 6.302 (a)(2) due to urgent and compelling needs. Interested parties capable of providing the required services must submit a capability statement to Michele Lodge at Michele.Lodge@ihs.gov by 10 AM on April 17, 2025, referencing notice number PHX-SS-25-013.
Intent to Award/Sole Source to BECTON, DICKINSON AND COMPANY for Bactec FX Top and NUC service contract for automated blood culture system
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to award a sole source contract to Becton, Dickinson and Company for the Bactec FX Top and NUC service contract related to their automated blood culture system. This procurement aims to ensure uninterrupted service provision, which is critical for direct patient care, as Becton, Dickinson and Company is uniquely qualified to deliver the necessary services. The contract will have a base period of one year, with two additional one-year option periods, and is classified under NAICS code 334516 for Analytical Laboratory Instrument Manufacturing. Interested parties may contact Bennett Arvessto at bennett.arvessto@ihs.gov or call 928-724-3611 for further information, although no competitive proposals will be solicited for this opportunity.
SOURCES SOUGHT- VersaJet II System for Pine Ridge IHS Hospital
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide a VersaJet II Hydrosurgery System for the Pine Ridge IHS Hospital in South Dakota. The primary objective is to secure a contract for the VersaJet II device, which is essential for wound management care, allowing for precise removal of necrotic tissue while preserving healthy tissue, thereby improving patient outcomes and reducing healing times. This procurement is part of a broader initiative to enhance healthcare standards within the IHS, and interested parties are encouraged to submit their capability statements by April 11, 2025, to Mary Sarenana at mary.sarenana@ihs.gov, including the Sources Sought Number IHS1506418 in the subject line. The contract will be a firm fixed price blanket purchase order for a base year plus four option years, with no solicitation currently available.
IHS Billings Area Office Telecommunication Service
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide telecommunication services for the Billings Area Office in Montana. The procurement aims to ensure uninterrupted telephone communication services, which are vital for operational efficiency and the delivery of quality healthcare, including the provision of T1 PRI circuits, Direct Inward Dialing (DID) numbers, and POTS lines. This opportunity emphasizes the government’s commitment to supporting Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs) under the Buy Indian Act, requiring that at least 51% of the contract earnings be retained by Indian entities. Interested parties must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Vincent Hansen at Vincent.Hansen@ihs.gov within 15 days of the announcement to be considered for this opportunity.
INTENT TO SOLE SOURCE: PRESS GANEY
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Press Ganey for Patient Experience Survey Services at the Chinle Comprehensive Health Care Facility in Arizona. This procurement aims to maintain compliance with the Hospital Consumer Assessment of Healthcare Providers and Systems (HCAHPS) requirements, ensuring uninterrupted patient care across multiple locations, including Chinle, Pinon Health Center, and Tsaile Health Center. The contract will cover a base period of one year with an option for an additional year, and the selected contractor is deemed uniquely qualified to provide these essential services. Interested parties may contact Tilda Nez at tilda.nez@ihs.gov or call 928-674-7474 for further information, although no competitive proposals will be solicited.
NOTICE OF INTENT: Access Control Readers and Door Controls
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is planning to award a non-competitive contract for the installation of access control readers and door controls at the Kayenta Health Center in Arizona. The procurement involves the installation of thirty Lenel access control readers and door controls, which are critical for maintaining security and ensuring uninterrupted services that directly impact patient care. B W Electric, Inc. has been identified as the sole source contractor due to their unique qualifications for this project. Interested parties other than B W Electric, Inc. may submit a capability statement to the Contract Specialist, Flora Washington, via email by April 14, 2025, at 1:00 PM MST, although the government is not obligated to respond to submissions.
PACS Maintenance for Unity Healing Center
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the maintenance of the access control system at the Unity Healing Center in Cherokee, North Carolina. The contract aims to support the IHS HSPD-12 security system by utilizing Personal Identity Verification (PIV) cards to manage secure access across the facility, which serves adolescents and requires adherence to stringent security standards. This procurement is critical for ensuring the operational functionality and compliance of security measures within a residential treatment environment. Interested contractors should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further details, and the contract will be structured as a firm fixed-price arrangement with four option years, evaluated based on the lowest price that meets technical requirements.
Sole Source Notice: Annual Maintenance Service on Alaris Smart Infusion Pumps
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), intends to award a sole source contract for annual maintenance services on Alaris Smart Infusion Pumps. The procurement aims to secure preventive maintenance services for these medical devices located at the Blackfeet Service Unit in Browning, the Crow Service Unit in Crow Agency, and the Fort Belknap Service Unit in Harlem, Montana. These infusion pumps are critical for delivering medications and fluids to patients, underscoring the importance of their reliable operation and maintenance. The IHS plans to issue a fixed-price purchase order for the period from May 1, 2025, through April 30, 2026, with four optional 12-month extensions. Interested firms that believe they can provide the required services are encouraged to notify the IHS within 15 days of this notice, with inquiries directed to Tanya Azure at Tanya.Azure@ihs.gov or by phone at 406-247-7064.
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.