Nurse Triage Telephone Line
ID: RFQ-25-PHX-001Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Temporary Help Services (561320)

PSC

MEDICAL- OTHER (Q999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service's Phoenix Area Office, is seeking a contractor to provide a toll-free Nurse Triage Telephone Line for eligible Native American and Alaska Native beneficiaries. The service must be available 24/7, including federal holidays, and is expected to handle approximately 100 calls per month, with the contractor encouraged to propose solutions that meet the outlined requirements in the Performance Work Statement. This initiative is crucial for enhancing healthcare access and management for the Whiteriver Service Unit, ensuring that beneficiaries receive timely medical advice and referrals when necessary. Interested parties must submit their electronic offers to Jeremiah Murrell at jeremiah.murrell@ihs.gov by August 30, 2024, as this opportunity is set aside for small businesses under the SBA guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the pricing details for the "WRSU Nurse Response Telephone Triage System," designed to manage a projected 1,200 calls annually over a base period and two option years. The pricing summary includes contract line items for various cost components such as nurse response calls, fringe benefits, overhead, other direct costs (ODCs), and general and administrative expenses. However, specific pricing figures for each line item remain blank, indicating that the document may be a draft or subject to revisions. The overarching purpose of the project appears to be providing a systematic triage service aimed at improving healthcare response efficiency. It falls within the context of federal and local government requests for proposals (RFPs), suggesting a commitment to enhancing healthcare delivery through organized response mechanisms. Overall, the document establishes a framework for potential funding or contract agreements but lacks specific monetary details necessary for evaluation and decision-making.
    The Business Associate Agreement (BAA) establishes the responsibilities and obligations of the Indian Health Service (IHS) and its vendor, referred to as the Business Associate, regarding the safeguarding of Protected Health Information (PHI) in accordance with HIPAA regulations. The BAA requires the Business Associate to comply with HIPAA Rules, implement necessary safeguards for PHI, and report any unauthorized disclosures or breaches promptly. It outlines that the Business Associate can only use or disclose PHI as specified in the contract or as required by law and mandates that subcontractors adhere to similar conditions. The Agreement stresses the importance of the Master Patient Index (MPI) for patient data management and identification across IHS facilities. Key obligations of both parties include maintaining compliance, reporting breaches, ensuring individual access to PHI, and proper management of PHI upon termination of the Agreement. The BAA also contains provisions for indemnification, notices for compliance, and amendments as necessary. Ultimately, the Agreement aims to ensure that patient information is handled securely, legally, and in a manner that maintains the trust of individuals served by the IHS.
    The Arizona Department of Revenue issued an Exemption Letter to the Department of Health & Human Services, specifically the Phoenix Area Indian Health Service, granting tax exemptions for 2024. This exemption is applicable under Arizona Transaction Privilege Tax and cities' privilege tax for certain business classifications. Covered classifications include utilities, publication, job printing, restaurant services, personal property rentals, and retail, as detailed in the statutory references. The organization must ensure compliance with applicable tax regulations and is required to present this exemption along with a completed Arizona Form 5000HC to vendors. Additionally, the organization must reapply annually, at least 30 days prior to expiration, to maintain its exempt status. Appendix "A" of the letter includes detailed addresses of all exempt locations associated with the service, indicating the commitment of the government to support health services for the Indian community while alleviating tax burdens. Misuse of this exemption document is strictly prohibited, and any discrepancies could result in rescinding the exemption.
    The Whiteriver Service Unit (WRSU) seeks to contract a Nurse Triage System-Nurse Telephone Advice Line to provide 24/7 toll-free access to medical advice for eligible Native Americans and Alaskan Natives over a 12-month period with four optional extensions. The contractor will offer services including a nurse advice line and a health information library, responding to approximately 100 calls monthly. Calls will be answered within specified timeframes, and referrals made to emergency care when necessary. The contractor must ensure the confidentiality of all patient information and comply with strict operational guidelines, including maintaining URAC accreditation, employing qualified nursing staff, and implementing a quality control program. Monthly reporting on call statistics and details of encounters will be required. The contract establishes a non-personal service relationship, ensuring no direct government supervision. This initiative is positioned to enhance health access and management for WRSU beneficiaries while adhering to strict health guidelines and quality assurance measures.
    This document outlines federal contract clauses and regulations required for government acquisitions related to commercial products and services. It includes provisions from the Department of Health and Human Services Acquisition Regulation (HHSAR) and the Federal Acquisition Regulation (FAR), establishing guidelines for compliance with legal standards, procurement procedures, anti-lobbying measures, and privacy safeguards. Key aspects include the electronic submission of payment requests, the prohibition against billing Indian Health Service (IHS) beneficiaries for services, and stipulations for contractor ethics and whistleblower rights. Invoicing requirements dictate that supporting documentation must be submitted promptly, emphasizing adherence to established invoicing processes. The document further delineates contractor obligations regarding small businesses, service standards, and compliance with labor laws. It highlights the importance of technical capability, past performance, and pricing in bid evaluations, ultimately ensuring that contractors maintain transparency and abide by federal regulations. This comprehensive reference serves as a crucial framework for contractors engaging in federal projects, reinforcing accountability within government contracting processes.
    This document is a combined synopsis and solicitation for commercial items under a Request for Quotation (RFQ) related to federal acquisition. The solicitation operates under the Federal Acquisition Regulation and Health and Human Services Acquisition Regulation. Organizations are invited to submit quotes on an all-or-none basis, as oral offers are not accepted. The procurement is designated for small business concerns, with specific requirements for a 60-day acceptance period. Key identifiers include the NAICS code for the services sought, the size standard, and essential administrative details such as the need for a CAGE code, UEI number, and Tax Identification. Additional attachments provide rate schedules, business agreements, tax exemption letters, and performance work statements crucial for executing the contract. This RFQ emphasizes simplified acquisition procedures and aims to engage small businesses while ensuring compliance with federal guidelines.
    The Phoenix Area Indian Health Service has issued a clarification response regarding an RFP for Nurse Triage Telephone Service (RFQ-24-PHX-068). This request seeks qualified vendors to provide telephonic nurse advice services, with the essential qualifications outlined in the Performance Work Statement. The vendor questions addressed include requests for a job description and the potential for remote work. The government clarified that a licensed nurse is required for the service but that the personnel do not need to be physically present at the facility, allowing for the flexibility of remote service provision. This RFP showcases the agency's effort to streamline medical advice services to better serve the community while maintaining necessary professional standards. The project’s posting and response dates range from August 21, 2024, to August 30, 2024.
    The Phoenix Area Indian Health Service is soliciting responses for a Nurse Triage Telephone Service through Request for Quotation RFQ-24-PHX-068 / RFQ1720508. The contracted service is a toll-free, telephone-based nurse triage system, with the expectation of 24/7 availability, including federal holidays, handling an estimated 100 calls per month. While specific operating hours are outlined in the Performance Work Statement, the government does not mandate whether the service must be full-time or part-time. Instead, the contractor is encouraged to propose solutions that meet the detailed requirements in their technical offer. The primary focus is on fulfilling the service objectives as specified rather than on the employment arrangements of the contractor.
    The Phoenix Area Indian Health Service has issued a clarification response regarding a solicitation for Nurse Triage Telephone Service, identified as RFQ-24-PHX-068 / RFQ1720508. The response date was set for August 23, 2024, with the posting closing on August 30, 2024. A vendor inquiry sought clarification on whether there are incumbents for this service, to which the agency confirmed that the requirement is not new and that DYMENTUM HEALTH LLC is the current provider, having been awarded the contract previously on March 6, 2019, through a different solicitation (HHSI247201900019G). This document serves as a formal communication outlining ongoing government contracting processes relevant to healthcare services in the region.
    The Phoenix Area Indian Health Service is addressing vendor inquiries related to the RFP for a Nurse Triage Telephone Service (RFP-25-PHX-01). The solicitation involves a contract that will compensate the offeror per call rather than on a monthly basis, which raises concerns about the financial viability for vendors hiring registered nurses amidst potential low call volumes. The government declined a vendor's request to revise pricing methodology from a unit price to a monthly fee. Furthermore, there was a clarification requested regarding the incumbent contract number, which the agency provided correctly. This exchange highlights the challenges and considerations that vendors face when bidding on government contracts, particularly in healthcare services, where financial sustainability is critical. The responses clarify the government's position, ultimately guiding vendors in their proposals for the service.
    The document outlines a solicitation for commercial products and services specifically from Women-Owned Small Businesses (WOSB). It includes crucial details such as solicitation and contract numbers, effective dates, and delivery addresses, emphasizing the government's intent to promote equity in contracting. The document specifies that the procurement process is open to various business classifications, including Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). It also mentions the required attachments, including a rate schedule and statements of work. The document is structured systematically, with numbered sections covering requisition data, bid information, and terms of payment. It specifies the total award amount and outlines the obligations of the contractor upon acceptance of their offer. The aim is to ensure compliance with federal acquisition regulations and to facilitate transparent contract processes. This solicitation reflects the government’s commitment to diversifying its supplier base while adhering to statutory regulations surrounding procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CCHCF - Two (2) PHN Licensed Practical Nurses (LPN)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide two Licensed Practical Nurses (LPN) for the Chinle Comprehensive Health Care Facility and the Pinon Health Center within the Navajo Area. The procurement is a Buy Indian set-aside, aimed at small businesses under the NAICS code 561320, with a revenue cap of $30 million, and requires contractors to cover all-inclusive rates for travel and lodging, as government housing is not available. This initiative is crucial for enhancing public health services in culturally significant areas of the Navajo Nation, with proposals due by October 31, 2024, and a contract duration of approximately three months starting tentatively on November 1, 2024. Interested parties can contact Teola Autaubo at Teola.Autaubo@ihs.gov or by phone at 928-674-7825 for further information.
    CCHCF - One (1) PHN Nurse Practitioner
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for one Public Health Nursing Nurse Practitioner to serve at the Chinle Comprehensive Health Care Facility in Arizona. This procurement aims to fulfill a non-personal service contract under the Buy Indian Act, emphasizing the hiring of an Indian Economic Enterprise to align healthcare services with cultural values and community needs. The contract is expected to last for three months, starting November 1, 2024, requiring a total of 515 hours of service, with selection criteria focusing on past performance and technical capability rather than price. Interested vendors must submit their quotes electronically by October 31, 2024, and can contact Teola Autaubo at Teola.Autaubo@ihs.gov or 928-674-7825 for further information.
    CCHCF - Outpatient AOPD - Two (2) Licensed Practical Nurses
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for two Licensed Practical Nurses (LPN) to provide outpatient services at the Chinle Comprehensive Health Care Facility in Arizona. The procurement involves a total of 1,498 hours of nursing services over an estimated contract duration of eight months, commencing on November 1, 2024, as part of a Buy Indian set-aside initiative aimed at supporting Indian Economic Enterprises. Interested contractors must adhere to specific submission guidelines, including providing detailed qualifications, evidence of past performance, and technical capabilities, with a proposal deadline set for October 31, 2024. For further inquiries, potential bidders can contact Teola Autaubo at Teola.Autaubo@ihs.gov or by phone at 928-674-7825.
    Three (3) Primary Care Physicians - Santa Fe Indian Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for the provision of three Primary Care Physicians at the Santa Fe Indian Health Center in New Mexico. The selected physicians will deliver comprehensive medical care, including assessments, diagnoses, and referrals, under a Firm-Fixed Price contract structure with a base period and two optional extensions based on satisfactory performance. This procurement is vital for enhancing healthcare delivery in tribal communities, ensuring compliance with federal regulations, and promoting economic development among Indian Small Business Economic Enterprises (ISBEEs) through a Buy Indian Set-Aside. Interested offerors must submit their proposals by October 31, 2024, to Patricia Trujillo at patricia.trujillo@ihs.gov, and must be registered in the System for Award Management (SAM) with an active UEI number.
    PHC PHARMACISTS
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking capable sources for pharmacist services at the Pinon Health Center in Arizona. The procurement involves nonpersonal services for two pharmacists to support healthcare delivery, with an anticipated performance period from January 1, 2025, to December 31, 2025, including several option periods. This initiative is crucial for providing culturally acceptable healthcare to American Indians and Alaska Natives, ensuring effective medication management and patient care documentation. Interested parties must submit a capabilities package to Tilda Nez at tilda.nez@ihs.gov by October 24, 2024, at 9:00 a.m. MDT, to be considered for this opportunity.
    Oklahoma City Area Office IHS Healthcare Providers IDIQ
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) within the Department of Health and Human Services is preparing to issue a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at providing healthcare staffing services to IHS-operated clinics and hospitals in the Oklahoma City area. The procurement seeks a range of healthcare providers, including anesthesiologists, nurse practitioners, and various specialty physicians, to enhance healthcare delivery to Native American populations across multiple health centers in Oklahoma. This initiative is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a performance period estimated from May 1, 2025, to April 30, 2030, and contractors must register in the Government’s System for Award Management (SAM) to be eligible for contract award. Interested parties should note that the pre-solicitation closes on November 8, 2024, with the RFP expected to be released around November 11, 2024; for further inquiries, they may contact Shelton Bruce at shelton.bruce@ihs.gov or Sean Long at sean.long@ihs.gov.
    Kayenta Health Center: Non-Personal Healthcare Services - Emergency Department
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for non-personal healthcare services specifically for the Emergency Department at the Kayenta Health Center. The procurement aims to secure approximately 13,104 hours of service from qualified emergency department physicians for the period from February 1, 2025, to January 31, 2026, with potential options for service extension. This initiative underscores the federal government's commitment to supporting Indian-owned businesses while ensuring the provision of essential healthcare services in compliance with relevant regulations. Interested bidders must submit their proposals by October 7, 2024, and can direct inquiries to Adrian Segay at Adrian.Segay@ihs.gov, referencing the solicitation number 75H71025Q00010.
    Amendment 001 - 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, through the Indian Health Service, 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) via telehealth, addressing treatment gaps and improving access to care. This initiative is particularly significant as the NSRTC has been closed since 2020, and the demand for services is expected to rise post-COVID. Interested vendors must submit their proposals by October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov. The contract will be a Total Small Business Set-Aside, with a firm-fixed-price award for a base year and four option years.
    Diabetic Supplies - Santa Fe Indian Health Center
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for diabetic supplies to be delivered to the Santa Fe Indian Health Center in New Mexico. This procurement involves a Firm-Fixed-Price (FFP) contract with a base period and four optional renewal years, focusing on essential medical supplies for diabetes management, including compliance with storage conditions and timely deliveries. The contract emphasizes support for Indian businesses, allowing participation from Indian Small Business Economic Enterprises under the Buy Indian Act. Interested offerors must submit their quotes by November 1, 2024, by 12:00 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Charter Flights
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Phoenix Area Indian Health Service, is conducting a Sources Sought Notice for charter flight services. The primary objective is to identify qualified vendors capable of transporting clinical and administrative staff to various healthcare facilities within the Phoenix Area Indian Health Service, while ensuring compliance with the Buy Indian Act. This opportunity emphasizes the importance of supporting Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs) in the procurement process. Interested parties must submit their qualifications and compliance details by October 21, 2024, to Dale C. Clark at dale.clark@ihs.gov, as this notice serves as preliminary outreach and does not constitute a formal request for proposals or quotes.