Emergency Mass Notification System - Phoenix Area Indian Health Services
ID: RFQ-25-PHX-060Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Telecommunications (517810)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, through the Phoenix Area Indian Health Service, is soliciting quotes for an Emergency Mass Notification System under Request for Quote RFQ-25-PHX-060. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and Native American-owned small businesses, requiring the successful offeror to provide installation, implementation, training, and ongoing service for a base year plus four option years. The system must be cloud-based, FedRAMP certified, and capable of supporting at least 2,500 subscribers, with functionalities including multi-channel notifications and compliance with strict security and accessibility standards. Interested vendors should submit their proposals electronically, ensuring compliance with all outlined requirements, including the use of IPv6, by the specified deadline. For further inquiries, contact Dekovan Cook at Dekovan.Cook@ihs.gov or call 602-364-5018.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Health and Human Services, Phoenix Area Indian Health Service (IHS), is soliciting quotes for an Emergency Mass Notification System. This Request for Quote (RFQ-25-PHX-060) is a 100% set-aside for Indian Small Business Economic Enterprise (ISBEE)/Native American-owned Small Businesses. The successful offeror will provide installation, implementation, training, and ongoing service for a base year plus four option years. All new IT systems must operate in a pure IPv6 network environment, complying with NIST USGv6 Program standards. Proposals must be submitted electronically, be firm fixed-price, and include a letter of authorization from an authorized reseller. Evaluation criteria include technical capability, delivery, past performance (minimum of 3, maximum of 5 examples), and price. Technical and past performance are significantly more important than price. The government will only consider new OEM equipment; gray market items are strictly prohibited. Invoicing will be processed through the Invoice Processing Platform (IPP).
    This document outlines a Business Associate Agreement (BAA) between the Indian Health Service (IHS), a Covered Entity, and a Vendor, a Business Associate, as mandated by 45 C.F.R. § 164.502(e) of HIPAA. The agreement defines terms like PHI, HIPAA Rules, and Master Patient Index (MPI). It details the Business Associate's obligations, including safeguarding PHI, reporting unauthorized uses, disclosures, and breaches (within 1 hour for confirmed breaches and 30 days for unsecured PHI breaches), providing individual access to PHI, accounting for disclosures, and amending PHI. The Business Associate must ensure subcontractors comply with the same terms. Permitted uses of PHI are limited to contract functions, treatment, payment, and healthcare operations, or as required by law. The Covered Entity must inform the Business Associate of privacy practice changes or restrictions. The agreement's term aligns with the underlying contract, with provisions for termination for cause. Upon termination, the Business Associate must return or destroy PHI and indemnify the Covered Entity for HIPAA non-compliance. The agreement is incorporated into the main contract and requires amendments for HIPAA compliance.
    The Phoenix Area Indian Health Service is seeking a Cloud-Based Notification System (SaaS) for critical event management, enabling 24/7/365 mass notifications and robust contact management. The system must be FedRAMP certified, off-the-shelf, scalable for at least 2,500 subscribers, and offer tiered administration with flexible role-based access. Key functionalities include multi-channel notifications (email, SMS, web, social media, fax, voice), polling, live voice recording, and geo-targeted alerts. The solution needs extensive reporting, data encryption (FIPS 140-2 compliant), and adherence to NIST 800-53 security frameworks, with an RTO of 15 minutes and RPO of 24 hours. The vendor must provide annual maintenance, technical support, a dedicated Technical Account Manager, and training. Crucially, the system and all associated services, documentation, and support must comply with Revised Section 508 and WCAG 2.0 Level AA accessibility standards, ensuring comparable access for individuals with disabilities. The contract includes provisions for data privacy, confidentiality, and a one-year base period with four option years.
    The Indian Health Service (IHS) requires offerors to self-certify their status as an "Indian Economic Enterprise" (IEE) in accordance with the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought, and RFIs. This certification must be maintained throughout the offer, award, and contract performance periods. Failure to meet IEE criteria necessitates immediate written notification to the Contracting Officer. While self-certification is required, Contracting Officers may request additional documentation, and awards are subject to protest regarding eligibility. Successful offerors must also be registered with the System for Award Management (SAM). Providing false information is a violation of law, subject to penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims. The form requires the offeror to state whether they meet the IEE definition, along with the name of the 51% owner, certifying signature, print name, federally recognized tribal entity name, business name, and Unique Entity Identifier (UEI) Number.
    This government file outlines the administrative and contractual requirements for federal acquisitions, specifically focusing on the Indian Health Service (IHS). It details contractor registration with the System for Award Management (SAM), electronic payment methods, and monthly invoicing procedures. Key provisions include explicit invoice requirements, electronic submission via IPP, and a strict policy prohibiting contractors from billing IHS beneficiaries. The document also addresses special contract requirements such as cultural sensitivity when serving patients, performance evaluation, and post-award monitoring, including a mandatory Quality Control Program. The period of performance is a base year with four one-year options. The roles and authorities of the Contracting Officer (CO) and Contracting Officer Representative (COR) are clearly defined, emphasizing that only the CO can modify contract terms. Information technology security and mandatory annual security awareness training (ISSA) for all IHS system users are also covered. The contract incorporates various Federal Acquisition Regulation (FAR) clauses by reference, including those related to commercial products and services, evaluation criteria, contract terms and conditions, options to extend, limitations on subcontracting, and continuity of services, with specific clauses on business ethics, whistleblower protections, and combating human trafficking explicitly marked as applicable.
    This document is a combined synopsis/solicitation (RFQ-25-PHX-002) for commercial items, specifically issued as a Request for Quotation (RFQ) under Simplified Acquisition Procedures (FAR 13.106-2). It targets Indian Economic Enterprise/Indian Small Business Economic Enterprise concerns. Quotes must be written, on an all-or-none basis, and adhere to FAR and HHSAR provisions. Key information required from offerers includes CAGE Code, UEI Number, Tax Identification, FOB Point, and Discount Terms. A 60-day acceptance period acknowledgment is mandatory. The NAICS Code is 517810, with a size standard of $40M. Attachments include Instructions to Offerors, a Business Associate Agreement, a 2025 Tax Exemption Letter, a Statement of Work, an IEE Representation Form, and Provisions and Clauses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought: UFMS and HYPERION Operations and Maintenance (O&M) Support
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking information from qualified entities for a Sources Sought Notice regarding Operations and Maintenance (O&M) support for UFMS and HYPERION systems. The procurement aims to gather capabilities for providing technical, functional, and business operations support for the IHS Office of Finance and Accounting and its Area Offices, focusing on systems such as Oracle Federal Financials and Oracle Hyperion. This initiative is crucial for ensuring effective financial management and reporting within the IHS, and responses are particularly encouraged from Indian Small Business Economic Enterprises (ISBEE) and other small business concerns under NAICS code 541511. Interested parties should submit their capabilities, including a cover page, executive summary, technical capabilities, and past performance, not exceeding 10 pages, to the primary contact, Hillary Marshall, at Hillary.Marshall@ihs.gov, or the secondary contact, Natasha Bitsoi, at Natasha.Bitsoi@ihs.gov.
    Colorado River Generator Rental
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals from small businesses for the rental of a 125 kVA (100 kW) emergency generator for the Colorado River Service Unit's Peach Spring Clinic in Arizona. This generator is essential for the Clinic’s Life Safety system and will be utilized exclusively during emergency situations, with a rental period of six months and an option for an additional six months. Interested contractors must ensure compliance with specific equipment specifications and provide ongoing maintenance, delivery, and setup services, while adhering to various federal regulations and clauses. Quotes are due by December 20, 2025, at 1:00 p.m. PST, and must be submitted via email to Dale C. Clark at dale.clark@ihs.gov, with all submissions requiring mandatory registration in SAM.
    Albuquerque Area Indian Health Service Sustainable Products and Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for sustainable products and services in the Albuquerque area. This procurement aims to identify sources that can provide environmentally friendly and sustainable solutions tailored to the needs of the Indian Health Service. The goods and services procured will play a crucial role in enhancing healthcare delivery while promoting sustainability within the community. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should reach out to Eric Wright at eric.wright@ihs.gov or call 505-256-6752 for further details regarding this opportunity.
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    Notice of Sole Source Award
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Phoenix Area Indian Health Service, is issuing a notice for a sole source award for a Point of Care Web-Based Software System. This procurement aims to provide a clinical decision support resource software system that assists clinicians in making informed point-of-care decisions to enhance patient care quality across various health clinics in the Phoenix area. The software, supplied by UptoDate Incorporated, is crucial for delivering high-quality, evidence-based medical care by offering timely access to peer-reviewed clinical information. Interested parties capable of providing similar services may submit a capability statement to Michele Lodge at Michele.Lodge@ihs.gov by 3 PM (EST) on January 2, 2026, referencing notice number PHX-SS-26-004. The period of performance for this contract is set from January 1, 2026, to June 30, 2026.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, 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.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.
    (2) FNP/APN Nonpersonal Services at Pinon Health Service
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for two non-personal service contracts for Family Nurse Practitioners (FNP) or Advanced Practice Nurses (APN) at the Pinon Health Center in Arizona. The objective is to provide comprehensive healthcare services to American Indians and Alaska Natives, including outpatient general medicine and urgent care, as outlined in the Performance Work Statement. This contract is crucial for ensuring culturally appropriate healthcare delivery within the Navajo Area, with a performance period of 12 months or until permanent hires are made. Interested vendors must submit their quotes by August 29, 2025, at 5:00 PM MST, via email to Whitney Shorty at whitney.shorty@ihs.gov, including required documentation across four volumes: Administrative Documents, Technical Proposal, Past Performance, and Price.
    Clinical chairs - Stryker TruRize with nurse cable or equal
    Buyer not available
    The Indian Health Service (IHS) Phoenix Area Office is seeking quotes for the procurement of five Stryker TruRize clinical chairs, including nurse cables and various associated components, under a combined synopsis/solicitation (RFQ IHS1520167). This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) registered with SAM.GOV, emphasizing the importance of supporting local businesses in fulfilling healthcare equipment needs. The awarded contract will be based on the lowest-priced, technically acceptable offer, with considerations for price, technical acceptance, delivery, and past performance. Interested vendors must submit their quotes, including all items and shipping costs, by December 10, 2025, at 5:00 PM EST, and can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or 602-364-5012 for further information.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. This construction project aims to redesign and install a new fire alarm system across multiple buildings within the medical center, ensuring compliance with NFPA codes and replacing an outdated system. The contract, valued between $1,000,000 and $5,000,000, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and has a performance period of 180 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Joshua VanSkike at joshua.vanskike@ihs.gov or by phone at 240-485-7526. Proposals must adhere to the guidelines outlined in the solicitation documents, with all relevant information available for download at the SAM website.