RFQ-26-PHX-01 -IAW BIA of 1910- Non-Personal Professional IPU RN Services at HHCC
ID: RFQ-26-PHX-01Type: Solicitation
Overview

Buyer

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

NAICS

Offices of All Other Miscellaneous Health Practitioners (621399)

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 non-personal professional inpatient unit registered nurse services at the Hopi Health Care Center (HHCC) in Polacca, Arizona. The contract aims to provide nursing services to mitigate clinical service disruptions due to staff shortages, with a base period from December 1, 2025, to November 30, 2026, and four additional option years. This procurement is particularly significant as it is set aside for Native American firms under the Buy Indian Act of 1910, emphasizing the importance of supporting local economic enterprises. Interested parties must submit their proposals electronically by November 4, 2025, at 3 PM Eastern Time, and can direct inquiries to Michele Lodge at Michele.Lodge@ihs.gov or by phone at 702-204-9522.

    Point(s) of Contact
    Michele Lodge, Contract Specialist
    (702) 204-9522
    Michele.Lodge@ihs.gov
    Files
    Title
    Posted
    This government file outlines a contract for Inpatient (Med/Surg) RN Nursing Services, detailing the proposed quantities in hours for a base period and three option years. The contract includes provisions for both regular and overtime hours for Inpatient Department (Med/Surg) RNs. The document presents a cost breakdown with placeholders for unit price, total price, line item subtotal, subtotal of line item and fringe, subtotal of all costs, total cost, and total estimated yearly values, all currently listed as zero. Key assumptions include an annual inflation rate of 2.25% and a fringe benefits rate of 0.00%. The overall document is a template for calculating the total estimated value of the contract, indicating that the pricing details are yet to be filled in.
    This document, Attachment B, outlines the Business Associate Agreement (BAA) between the Indian Health Service (IHS), as the Covered Entity, and a Vendor, as the Business Associate, in compliance with HIPAA Rules (45 C.F.R. Part 160 and 164). The agreement mandates the Business Associate to safeguard Protected Health Information (PHI) by implementing appropriate physical, procedural, and electronic safeguards, and limiting its use and disclosure to the minimum necessary. Key obligations include reporting unauthorized PHI uses/disclosures within 30 days, reporting all suspected or confirmed breaches within one hour, and notifying the Covered Entity of unsecured PHI breaches within 30 days. The Business Associate must also provide individuals with access to their PHI, account for disclosures, and amend PHI as requested. The agreement details permitted uses and disclosures of PHI, emphasizing compliance with the HIPAA Rules. Upon termination, the Business Associate must return or destroy PHI, retaining only what is necessary for management or legal responsibilities. The document also includes provisions for indemnification and outlines the Covered Entity's obligations, such as providing its Notice of Privacy Practices.
    The Arizona Department of Revenue has granted an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, effective January 1, 2025. This exemption applies to the Arizona Transaction Privilege Tax and Use Tax, as well as the Cities Privilege Tax and Use Tax, for specific business classifications. The exempt classifications include Utilities, Pipeline, Publication, Job Printing, Restaurant, Personal Property Rental, Retail, and Use Tax for state taxes, and a similar list with additional categories like Jet Fuel Tax and Commercial Lease for city taxes. This designation as a Qualifying Hospital allows the organization, along with its locations listed in Appendix A, to be exempt as a customer for transactions within these categories. The letter emphasizes that taxable business activities not covered remain taxable and requires the use of Arizona Form 5000HC to substantiate exempt status with vendors. The exemption can be rescinded if information provided is inaccurate or if the organization no longer qualifies.
    The Hopi Health Care Center (HHCC) seeks non-personal professional Registered Nursing services for its Inpatient Unit in Polacca, Arizona, for a 12-month base period and four 12-month option periods. The aim is to mitigate clinical service disruptions due to staff shortages. Candidates must have a minimum of two years of medical-surgical experience, specific certifications (BLS, ACLS, PALS), and an active, unrestricted RN license. Selected candidates must undergo an Indian Health Service security clearance, including fingerprint and exclusion list checks. Contractors must provide candidates three weeks in advance for clearance purposes. Services are performed at HHCC, with shifts subject to change based on patient needs, covering 24/7 inpatient services and potential after-hours care. Compensation is a fixed hourly rate, inclusive of all taxes and potential overtime. Performance is monitored through a Quality Assurance Surveillance Plan, with compliance to various acts and policies, including the Indian Child Protection and Family Violence Prevention Act and HHS Tobacco-Free Policy, being mandatory. Unacceptable performance can lead to personnel replacement or contract termination.
    The Indian Health Service (IHS) requires offerors to self-certify as an "Indian Economic Enterprise" (IEE) under the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought, and RFIs. This form, from the Department of Health & Human Services, mandates that enterprises 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. Individual Contracting Officers may request documentation, and awards are subject to protest if eligibility is questioned. Successful offerors must also register with the System for Award Management (SAM). Providing false or misleading information is a violation of law, punishable under 18 U.S.C. 1001, and false claims are subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287. The form requires representation of IEE status, including the name of the 51% owner, certifying signature, federally recognized tribal entity, business name, and Unique Entity Identifier (UEI) Number.
    The Contractor Past Performance Questionnaire is a standardized form used by government agencies like the Phoenix Area Indian Health Service (PAIHS) to evaluate contractor performance for federal RFPs, grants, and state/local solicitations. It requires contractors to provide detailed information about their firm, the nature of the work performed (prime, subcontractor, joint venture), contract specifics, and a description of the project's relevance and complexity. Clients then complete sections rating the contractor's performance across various categories: quality, schedule, customer satisfaction, management/personnel, cost control, safety/security, and general compliance. The questionnaire uses adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unacceptable, Neutral) with specific definitions to guide the evaluation. Clients are also asked to provide narrative feedback on strengths, weaknesses, and overall impressions, and indicate if they would rehire the firm. The PAIHS emphasizes that clients submit the questionnaire directly to the offeror, who then includes it with their proposal, and the government reserves the right to verify all information.
    This government file outlines the provisions, clauses, terms, and instructions for federal contracts, particularly for the Indian Health Service (IHS). It details contract administration, including SAM registration, invoicing procedures, and electronic payment via IPP. Special requirements cover physical demands, cultural sensitivity, licensure verification, and post-award monitoring with a focus on quality control and performance evaluations. Background checks and IT security training (ISSA) are mandatory. The contract has a base year and four option years, with clear delineations of responsibilities for the Contracting Officer Representative (COR) and Contracting Officer (CO). Health and appearance requirements, including immunizations and personal hygiene, are also specified. The document incorporates numerous FAR and HHSAR clauses by reference, covering areas like commercial products/services, contractor ethics, whistleblower protections, equal opportunity, and combating human trafficking, emphasizing compliance and accountability.
    This document addresses questions and answers for RFQ-26-PHX-01 concerning IPU RN Services at HHCC. Key points include housing availability, with no onsite lodging but unfurnished tribal housing potentially available with a waitlist, and contractors often staying in Winslow. Scheduling is typically two pay periods in advance. The Inpatient Unit (IPU) has four beds, with a low acuity patient level, handling end-of-life and respite care. The average nurse-to-patient ratio is 1:2, rarely 1:4, with at least one RN and a CNA or two RNs per shift. IPU staff are cross-trained for float coverage to other units like the ER or Outpatient when admissions are low. Nurses are not paid for IHS training unless completed during their shift. Proposals must include the capacity/fill rate and retention rate table on page 41 of Electronic Volume I – Technical Proposal, and a complete PDF copy of SAM.gov registration. Certifications and licenses, along with summarized candidate information, should also be provided in the Technical Proposal. Other documents like Representations and Certifications, SF1449, SF30s, and confirmation of acceding to contract terms and conditions can be submitted separately.
    The Phoenix Area Indian Health Service has issued Request for Quote (RFQ) No. RFQ-26-PHX-01, seeking proposals for Non-Personal Professional IPU Registered Nurse Services at the Hopi Health Care Center. This solicitation is set aside for Native American Firms in accordance with the Buy Indian Act of 1910. The contract includes a base year from December 1, 2025, to November 30, 2026, and four option years. Offers must include a complete candidate profile with licensure, certificates, and references, and adhere to the attached Statement of Work. Proposals must remain effective for 120 calendar days after the solicitation closes on November 4, 2025, at 3:00 PM Eastern Time. Questions are due by October 16, 2025, at 3:00 PM Eastern Time. The government reserves the right to make single, multiple, or no awards.
    This government document, Standard Form 30, outlines procedures for amending solicitations and modifying contracts. It details methods for offerors to acknowledge amendments, such as completing specific items, acknowledging receipt on offers, or submitting separate communications. Failure to acknowledge amendments by the specified deadline may lead to offer rejection. The form also provides instructions for various fields, including contract ID codes, effective dates for different modification types, and accounting data. It clarifies that the purpose of this specific amendment is to respond to submitted questions and answers. The document emphasizes that, unless otherwise noted, all original terms and conditions of the solicitation or contract remain unchanged.
    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 qualified small businesses to provide Nurse Advice/Nurse Triage Telephone Services for the Gallup and Shiprock Service Units in New Mexico. The contract encompasses a base year from December 1, 2025, to November 30, 2026, with four optional one-year extensions, potentially lasting until November 30, 2030, and requires the contractor to manage a minimum of 60 calls daily with specific performance metrics, including live call answering and language interpretation services. This procurement is critical for ensuring accessible healthcare advice and triage for the local population, with an estimated 18,000 calls anticipated for the Gallup Service Unit alone. Interested vendors must submit their proposals in PDF format by the deadline, and any questions regarding the solicitation should be directed to Adrian Segay at Adrian.Segay@ihs.gov by November 10, 2025.
    Non-Personal Healthcare Services, IDIQ Contract, Single Award, for Registered Nurse (RN) services, for the Outpatient Department, at the Cheyenne River Health Center (CRHC), located in Eagle Butte, South Dakota.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Non-Personal Healthcare Services, focusing on Registered Nurse (RN) services at the Cheyenne River Health Center in Eagle Butte, South Dakota. The contract, which is a 100% Indian Small Business Economic Enterprises (ISBEE) Set-Aside, includes a base year and three option years, requiring the provision of five RNs for both regular and on-call hours. This procurement is crucial for maintaining healthcare services in the outpatient department, ensuring that the local community receives necessary medical attention. Proposals must be submitted electronically by November 18, 2025, and should include comprehensive company information, technical descriptions, pricing, and required certifications. Interested parties can contact Velvett Cummins at velvett.cummins@ihs.gov for further details.
    Multiple Award ID/IQ for Non-Personal Healthcare Psychiatrist, Psychologist and Licensed Clinical Social Worker Services for Navajo Area
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for non-personal healthcare services, specifically psychiatrists, psychologists, and licensed clinical social workers, to serve the Navajo Area. The contract, which is set aside for 100% Indian-owned Small Business Economic Enterprises (ISBEE), will cover a base year and four option years, with a total maximum value of $18 million, and services will be provided across multiple locations including Gallup, Shiprock, and Crownpoint Service Units. These behavioral health services are critical for addressing the mental health needs of the Navajo community, ensuring access to qualified professionals in a culturally sensitive manner. Interested parties must submit their proposals by 3:00 pm on November 18, 2025, and can direct inquiries to Misty Billy at Misty.Billy@ihs.gov or by phone at 505-399-0177.
    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.
    Non-Personal Healthcare Services for Radiologist at the Gallup Indian Medical Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified sources to provide non-personal healthcare services for one Radiologist at the Gallup Indian Medical Center in Gallup, New Mexico. The anticipated contract will cover a base period from January 1, 2025, to June 30, 2025, with an option for an additional six months, focusing on delivering essential radiology services to the local community. This procurement is part of the Buy Indian Act initiative, which prioritizes Indian economic enterprises, and interested parties must submit a capabilities package by December 2, 2024, to the primary contact, Felecia Chavez, at felecia.chavez@ihs.gov or by phone at (505) 339-7810.
    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.
    IHS Nationwide Multiple Award Task Order Contract
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the IHS Nationwide Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build services for the construction, renovation, alteration, and repair of medical facilities across various IHS geographic regions. The contract will primarily focus on projects within the Albuquerque, Billings, California, Great Plains, Nashville, Navajo, Oklahoma City, Phoenix, and Portland areas, with a maximum contract capacity of $10 million per awardee and a guaranteed minimum order of $1,000. This initiative is crucial for enhancing healthcare infrastructure for underserved populations, ensuring compliance with healthcare standards, and improving patient care. Interested contractors must have an active registration in the System for Award Management (SAM) and submit their proposals, including pricing for a seed project at the Kyle Health Center, by November 14, 2025. For further inquiries, contact Matt D Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    LSJ-RN Services, CRHC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide temporary Registered Nurse (RN) services for the Cheyenne River Health Center in Eagle Butte, South Dakota. This procurement involves a follow-on delivery order for nursing services, which will be required for a duration of 90 days to support the health center's operational needs. The provision of nursing services is critical to ensuring the delivery of healthcare to the local population, particularly in underserved areas. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605-964-0605 for further details regarding this opportunity.
    Phoenix Service Unit Awards Program Venue Rental
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the rental of a venue to host the Phoenix Service Unit Awards Ceremony, scheduled for February 18, 2026, and annually on the third Wednesday of February for the following four years. The selected vendor must provide a safe and clean environment that accommodates up to 400 attendees, including staff and their guests, with necessary amenities such as cocktail tables, round tables, chairs, audio/visual equipment, and free parking, all within a 7-mile radius of the Phoenix Indian Medical Center. This procurement is crucial for recognizing employees' contributions to the organization’s strategic goals and enhancing overall performance. Interested vendors must submit their quotes by November 28, 2025, at 1:00 p.m. MST, via email to Kerri.Gilmore@ihs.gov, ensuring their System for Award Management registration is current and that they comply with all specified requirements.
    Intent to Sole Source for Nurse Call System at Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, intends to award a sole-source contract to Hill-Rom, Inc. for the extension of the Voalte Nurse Call System at the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to ensure continued access to essential software, system support, and maintenance services for the existing nurse call system, which is critical for effective patient communication and care within the facility. The contract is anticipated to be a Firm Fixed-Price agreement for a base period of 12 months, with four additional option years, and responses to this notice must be submitted by November 12, 2025, to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.