RT with Mammography Certification Services
ID: 75H70525R00005Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBEMIDJI SUB-AREA,BEMIDJI, MN, 56601, USA

NAICS

Offices of All Other Miscellaneous Health Practitioners (621399)

PSC

MEDICAL- RADIOLOGY (Q522)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Radiologic Technologist services with Mammography Certification at the White Earth Health Center in Minnesota. This opportunity is exclusively set aside for Indian Economic Enterprises (IEE), requiring interested parties to self-certify their eligibility and comply with the Buy Indian Act. The contract will be structured as a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, covering a base year and three additional one-year options, with a total potential value of $2.5 million. Proposals must be submitted by February 24, 2025, at 1:00 PM CT, and should include all required documentation, including the IEE Certification form. For further inquiries, interested parties can contact Mary Simon at mary.simon2@ihs.gov or Jennifer Richardson at Jennifer.Richardson@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for Radiologic Technologist services with AART Mammography Certification at the White Earth Health Center and NTW Clinic. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ), spans a base year and three option years, potentially totaling $2.5 million. Contractors are to provide up to three certified technologists, delivering services essential for radiology operations, primarily through non-personal health care services contracts. The core responsibilities include conducting various imaging exams, maintaining quality control, adhering to safety protocols, and ensuring records compliance. The contractor must facilitate staffing to ensure no lapse in service, with coverage Monday through Friday, excluding federal holidays. Payment is processed electronically, requiring prompt invoicing through the Department of Treasury's Invoice Processing Platform. The document reaffirms expectations for compliance with federal regulations, quality assurance, and contractor accountability, highlighting the importance of qualified personnel in healthcare service delivery. Attention to training, safety procedures, and confidentiality regulations is emphasized throughout the contract framework, aimed at maintaining a high standard of care and operational integrity.
    The Business Associate Agreement (BAA) outlines the obligations of the Indian Health Service (IHS) and its business associates regarding the handling of Protected Health Information (PHI) in compliance with HIPAA regulations. It establishes that the business associate must safeguard PHI, disclose it only as authorized by the contract or law, and is directly liable for unauthorized use or breaches. Key responsibilities include implementing appropriate safeguards, reporting any breaches within specified time frames, and maintaining individual access to PHI. The agreement also dictates termination conditions and post-termination responsibilities related to PHI. Overall, this document ensures that both parties are accountable for protecting sensitive health information, thereby supporting the broader goals of public health and regulatory compliance in federal and state healthcare operations.
    The document pertains to a solicitation notice issued by the Indian Health Service (IHS) under the Buy Indian Act, specifically for Radiologic Technologist with Mammography Certification Services (Solicitation #: 75H70525R00005). It outlines the requirements for participation, emphasizing that only entities defined as "Indian Economic Enterprises" can respond. Offerors must self-certify that they meet the criteria at the time of offer, contract award, and throughout the contract performance period, with immediate notification required if eligibility changes. Additionally, those interested must be registered with the System of Award Management (SAM). Submission of false information can result in significant legal penalties. The form includes a representation section where the Offeror must disclose ownership details and certify eligibility, reinforcing the document’s focus on regulatory compliance for government contracting to support Indian enterprises. The goal is to ensure that government resources are directed to eligible entities to foster economic development within Indian communities.
    The document outlines the Request for Proposal (RFP) 75H70525R00005 for Radiologic Technologist (RT) services with Mammography Certification at the White Earth Health Center. This RFP is exclusively reserved for businesses classified as 100% Indian Economic Enterprises (IEE). The anticipated contract will be a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, including a base period and three one-year options. Prospective contractors must provide a complete proposal, including specific forms and documentation that detail relevant experience, past performance, and pricing. Key components include Standard Form 1449, contract administration data, a schedule of price/costs, and references for past performance. Proposals must be emailed by February 24, 2025, at 1:00 PM CT. Compliance with contract registration in the System for Award Management (SAM) and acknowledgment of business agreements are mandatory. All submissions are subject to privacy laws and will be retained by the Department of Health & Human Services. The contact officers for this RFP are Jennifer Richardson, Contracting Officer, and Mary Simon, Contract Specialist, both of whom can be reached via provided emails.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Copier and Printers Services at WEHC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for copier and printer services at the White Earth Health Center in Ogema, Minnesota. This procurement aims to lease and maintain printers and copiers, ensuring reliable operational support for healthcare services, with a contract structured as a firm-fixed price arrangement that includes a base year and four optional extension years. The selected contractor will be responsible for providing necessary consumables and maintenance, excluding paper, while adhering to federal regulations, including accessibility standards. Proposals are due by February 18, 2025, at 2:00 PM CST, and interested parties must submit their bids along with the required Indian Economic Enterprise certification to Mary Simon at Mary.Simon2@ihs.gov or Winona Kitto at winona.kitto@ihs.gov.
    NCSU Dental X-Ray Machine
    Buyer not available
    The Indian Health Service (IHS) is seeking proposals for the procurement of a 3D Cone Beam X-Ray Machine, along with associated software, installation, and training services, through Request for Quote (RFQ) 75H709-NC25Q-001. This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance dental services at the Northern Cheyenne Service Unit in Lame Deer, Montana, by replacing an outdated machine that compromises image quality and patient safety. The selected contractor will be responsible for providing new equipment, ensuring compliance with federal regulations, and adhering to a delivery timeline of 60 days post-award. Interested parties must submit their quotes by January 10, 2025, and direct any inquiries to Vincent Hansen at Vincent.Hansen@ihs.gov by December 2, 2024.
    Dentrix and DEXIS service and support for the White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Henry Schein Practice Solutions for the provision of service and support for Dentrix Enterprise and DEXIS systems at the White Earth Health Center in Ogema, Minnesota. This procurement is essential for maintaining operational efficiency in patient care record management, scheduling, and billing within IHS dental clinics, as Henry Schein is the only vendor capable of providing the necessary support for these specific electronic dental record systems. The estimated value of the firm-fixed-price contract is $57,482, covering a base year plus four option years, with the point of contact for this acquisition being Winona Kitto at winona.kitto@ihs.gov. Interested parties may submit their capabilities to demonstrate their ability to meet the government's needs, although this notice is not a request for competitive quotes.
    OEHE GIS Support Services IDIQ
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified firms to provide Geographic Information System (GIS) support services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objectives include the development and maintenance of GIS feature service schemas, quality assurance, technical support, and training resources, aimed at enhancing the implementation of GIS within the Office of Environmental Health and Engineering (OEHE) Program. This initiative is crucial for improving data management and operational efficiency within IHS, particularly for Native American communities. Interested firms, especially small businesses and those owned by Native Americans, must submit their qualifications and relevant experience by the specified deadline to Thupten Tsering at thupten.tsering@ihs.gov. The anticipated contract period is five years, consisting of one base year and four one-year options.
    Request for Information (RFI): IHS Healthcare Leadership and Management Support Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is issuing a Request for Information (RFI) to gather insights for an Agencywide Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at providing healthcare leadership and management support. The primary objective of this procurement is to enhance compliance with accreditation standards set by The Joint Commission (TJC) and the Centers for Medicare and Medicaid Services (CMS) across IHS facilities, which serve approximately 2.56 million American Indians and Alaska Natives. This initiative is critical for addressing ongoing accreditation challenges and ensuring high-quality patient care through expert consulting services, including leadership mentoring and organizational gap analysis. Interested parties are encouraged to submit their responses to Christopher McGucken at christopher.mcgucken@ihs.gov by February 12, 2025, with no obligation on the part of IHS to proceed with future solicitations.
    Sources-Sought Notice – Management Inquiry BPA
    Buyer not available
    The Indian Health Service (IHS), under the Department of Health and Human Services, is conducting market research through a Sources-Sought Notice for a Blanket Purchase Agreement (BPA) focused on management inquiries in the Navajo Area. The procurement aims to identify qualified sources capable of performing administrative and management investigations, which include reviewing case materials, conducting interviews, documenting processes, and providing recommendations, with each investigation requiring 15 to 30 hours of work. This opportunity is significant for enhancing administrative efficiency within the IHS and promoting economic opportunities for Indian-owned businesses, particularly those that qualify under the Buy Indian Act. Interested parties must submit their qualifications and relevant documentation to William Lee at William.Lee@ihs.gov by February 5, 2025, at 2:30 PM MST, ensuring they are registered in the System for Award Management (SAM) and meet the eligibility criteria outlined in the IHS IEE Representation Form.
    Chemistry Analyzers at WEHC
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking qualified vendors to provide chemistry analyzers for the White Earth Health Clinic and Waabinokwe Health Center in Minnesota. The procurement aims to acquire two integrated chemistry analyzers that meet specific functionality requirements, including fast turnaround times for tests and minimal maintenance demands, while prioritizing acquisitions from Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE) in compliance with the Buy Indian Act. This initiative is crucial for enhancing healthcare services within the Indian Health Service framework by ensuring access to essential laboratory equipment. Interested parties must submit their capability statements and IEE certification by February 11, 2025, and can contact Mary Simon at Mary.Simon2@ihs.gov or Winona Kitto at winona.kitto@ihs.gov for further information.
    Inscription House Health Center: Non-Personal Healthcare Services - Outpatient Physicians
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking capable sources to provide non-personal healthcare services, specifically outpatient physician services, at the Inscription House Health Center located in Tonalea, Arizona. The procurement aims to secure outpatient physician services for a period from April 1, 2025, to March 31, 2027, structured in six-month intervals, with a focus on ensuring quality healthcare delivery to the local community. Interested parties must submit a capabilities package by February 10, 2025, including their qualifications and relevant experience, to Amber Whitehair at amber.whitehair@ihs.gov, as this opportunity may be subject to set-asides under the Buy Indian Act, which prioritizes Indian economic enterprises.
    IAW Buy Indian Act of 1910 - Maternal Fetal Medicine Services at PIMC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for non-personal professional Maternal Fetal Medicine services at the Phoenix Indian Medical Center in Arizona. The contract aims to provide qualified medical professionals for maternal fetal care, with services required twice a week over a 12-month period, with the possibility of four one-year extensions. This procurement is crucial for enhancing healthcare delivery to Native American populations, ensuring compliance with federal regulations and cultural sensitivity in care. Interested firms must submit their proposals electronically by February 13, 2025, at 3 PM Eastern Time, and can contact Marilyn Duran or Michele Lodge for further information.