Immediate Need Chinle OB/GYN Physician services
ID: IHS1501010Type: Combined Synopsis/Solicitation
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- GYNECOLOGY (Q507)

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, through the Indian Health Service, is seeking proposals from qualified Indian Economic Enterprises to provide obstetrics and gynecology (OB/GYN) physician services at the Chinle Comprehensive Health Care Facility in Arizona. The contract aims to ensure the staffing of one full-time OB/GYN physician for a period of four months, addressing critical healthcare needs within the Navajo Nation while adhering to cultural sensitivities and standards set by the Indian Health Service. This initiative is vital for enhancing healthcare delivery to American Indians and Alaska Natives, ensuring comprehensive medical services are available to the community. Interested parties must submit their proposals, including pricing and qualifications, to Tanya Begay at tanya.begay2@ihs.gov by the specified deadline, with the contract value determined based on the all-inclusive pricing schedule provided.

    Point(s) of Contact
    Files
    Title
    Posted
    The Office of Management Services within the Indian Health Service is requesting self-certification from Offerors claiming eligibility as an “Indian Economic Enterprise” under the Buy Indian Act (25 U.S.C. 47). This form is part of a Sources Sought Notice, Request for Information, or Solicitation where Offerors must confirm their status at three key points: when the offer is made, when the contract is awarded, and throughout the performance period of the contract. Any changes in eligibility must be reported immediately. The document emphasizes the necessity for accurate self-representation, warning that false claims can lead to legal repercussions. Successful Offerors must also be registered in the System of Award Management (SAM) to qualify for awards. Overall, the document outlines the requirements and responsibilities related to eligibility verification for contracting opportunities specifically set aside for Indian Economic Enterprises, ensuring compliance with federal laws and supporting Indian-owned business participation in government contracts.
    The Chinle Comprehensive Health Care Facility (CCHCF) outlines the Performance Work Statement (PWS) for procuring non-personal OB/GYN services to enhance healthcare for American Indians and Alaska Natives. The agency seeks qualified candidates who are board certified or board-eligible, possess an unrestricted DEA license, and have no history of licensure issues or drug abuse. Responsibilities include providing comprehensive OB/GYN medical services, including outpatient and inpatient care, while adhering to cultural sensitivities and standards set by the Indian Health Service (IHS). The contractor must maintain relevant certifications, complete mandatory orientations, and follow guidelines for patient documentation in compliance with HIPAA and IHS standards. Performance will be evaluated based on consistency, patient care quality, and adherence to protocols. The contract's period of performance allows for short and long-term engagements, ensuring continuity of care. This initiative intends to address the healthcare challenges in the Navajo Nation, affirming the significance of culturally informed medical practices and efficient service delivery to meet the unique needs of this community.
    The document outlines the pricing schedule for nonpersonal healthcare services for obstetrics and gynecology (OB/GYN) to be provided by the Chinle Comprehensive Healthcare Facility. It lists three main components: an all-inclusive regular and overtime hourly rate for an estimated 2,080 hours annually, a flat rate for weeknight on-call services at 15 hours per night, and a flat rate for weekend on-call services at 24 hours per day. It clarifies that the all-inclusive rate covers all labor, fringe benefits, transportation, per diem, supervision, and necessary expenses, excluding special pay for holidays and overtime. Compliance with the Performance Work Statement is essential for the contractor. This document is part of a request for proposals (RFP) under federal guidelines, emphasizing the government's strategy to procure reliable healthcare provider services while managing costs effectively and ensuring comprehensive care delivery.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Non-Personal Service contract for Nocturnist Physician Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide Non-Personal Service Contract for Physician Nocturnist Services at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract aims to fulfill healthcare needs for American Indians and Alaska Natives during nocturnal hours, requiring contractors to deliver comprehensive medical services while adhering to strict performance standards and cultural sensitivities. Interested vendors must submit their proposals, including pricing and candidate qualifications, by September 18, 2024, and ensure compliance with the Buy Indian Act, as only offers from Buy Indian small businesses will be accepted. For inquiries, contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov.
    One (1) Advanced Practice Nurse (Nurse Anesthetist) Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified sources to provide Advanced Practice Nurse (Nurse Anesthetist) Services for the Clinical Division at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. The procurement aims to fulfill a critical need within the anesthesiology department, with an anticipated contract duration of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is part of the IHS's commitment to supporting Indian Economic Enterprises under the Buy Indian Act, emphasizing the importance of compliance and certification for interested parties. Interested vendors must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience.
    Two (2) Emergency Room Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide two Emergency Room Registered Nurse Services at the Northern Navajo Medical Center located in Shiprock, New Mexico. The procurement aims to fulfill the nursing needs of the Emergency Room department for a contract period of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is critical for ensuring adequate healthcare services in the region, particularly under the Buy Indian Act, which prioritizes Indian economic enterprises in federal contracts. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience in similar services.
    Four (4) Ambulatory Care Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide four Ambulatory Care Registered Nurse Services for the Nursing Division at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract will encompass a 6-month base period with an option for an additional 6-month period, totaling a potential 12-month engagement. These nursing services are critical for supporting the healthcare needs of the local population, and the procurement is governed by the Buy Indian Act, which prioritizes Indian economic enterprises. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm eligibility and experience in similar services.
    One (1) Inpatient Pediatric Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide one Inpatient Pediatric Registered Nurse for the Northern Navajo Medical Center located in Shiprock, New Mexico. The contract will cover a 6-month base period with an option for an additional 6-month period, totaling a potential 12-month engagement. This service is critical for supporting the nursing division within the inpatient pediatrics department, ensuring quality healthcare delivery to the community. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm eligibility under the Buy Indian Act and other relevant qualifications.
    Mescalero Service Unit Optometrist Non Personal Healthcare Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for non-personal healthcare services in optometry at the Mescalero Service Unit in New Mexico. The primary objective is to procure optometric services to diagnose and treat visual disorders, with contractors expected to operate independently while adhering to industry standards and federal regulations. This procurement is crucial for ensuring quality eye care for American Indian populations, emphasizing cultural sensitivity and compliance with HIPAA guidelines. Interested offerors must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on September 25, 2024, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Firm Fixed-Price, Non-Personal Healthcare Service, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract to provide Registered and Licensed Practical Nursing Services for the Outpatient Department at the Pine Ridge Indian Health Service
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for a Firm Fixed-Price, Non-Personal Healthcare Service contract to provide Registered Nurses (RNs) and Licensed Practical Nurses (LPNs) for the Outpatient Department at the Pine Ridge Indian Health Service Hospital and associated health centers in South Dakota. The contract aims to secure up to 10 licensed nursing staff, including no more than four LPNs, to support patient care duties and documentation requirements while adhering to established healthcare standards. This opportunity is critical for ensuring quality healthcare delivery to the Native American population served by IHS, with a contract structure that includes a base year and four option years, evaluated using a Lowest Price Technically Acceptable (LPTA) method. Interested parties should contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724 for further details and to respond to the attached RFQ by the specified deadline.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    24/7 Telebehavioral Health Services - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for 24/7 Telebehavioral Health Services at the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement aims to provide mental health services to adolescents suffering from Serious Mental Illness (SMI) and Substance Use Disorders (SUD) through telehealth, thereby enhancing access to care and addressing treatment gaps in the community. This contract, which is a Total Small Business Set-Aside, will be awarded for a base year with four option years, emphasizing the importance of culturally competent care and quality assurance in mental health outcomes for Native American youth. Interested vendors must submit their proposals by 5:30 PM MDT on October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) under the Department of Health and Human Services is seeking proposals for Medicare Cost Reporting Services to support its Office of Resource Access and Partnerships. The contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and managing reimbursement calculations for healthcare facilities serving American Indians and Alaska Natives. This procurement is crucial for ensuring compliance with Medicare and Medicaid regulations, thereby facilitating proper healthcare funding for underserved populations. Proposals are due by 07:30 AM (EST) on September 23, 2024, and should be submitted electronically to Brendon Moran at brendon.moran@ihs.gov, with a total estimated budget of $62,500 for each option period.