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
    NNMC, Request for two (2) Non-PSC Inpatient Pediatrics RN Services
    Buyer not available
    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.
    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.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    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.
    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).
    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.
    PT PHARMACIST - CLINTON IHS
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide part-time pharmacist services for the Clinton Service Unit in Oklahoma, specifically for the Clinton, El Reno, and Watonga Indian Health Centers. The contract requires the provision of uninterrupted pharmacist services to eligible Native American patients, including processing prescriptions, patient counseling, and inventory management, with a performance period from January 1, 2026, to December 31, 2026. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, promoting economic development within Native communities. Interested vendors must submit their written quotes by December 9, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must meet specific qualifications, including a valid Oklahoma Pharmacist license and relevant experience.
    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.
    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.