NNMC_Non-PSC_Four (4) Pharmacist
ID: 75H71025Q00146Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA

NAICS

Temporary Help Services (561320)

PSC

MEDICAL- PHARMACOLOGY (Q517)

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 seeking qualified vendors to provide non-personal services for four (4) pharmacists at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. The contract aims to fulfill the pharmacy department's staffing needs, requiring vendors to submit qualified personnel who meet specific educational and professional criteria. This procurement is significant as it supports healthcare delivery in Indigenous communities, ensuring access to essential pharmaceutical services. Interested parties must submit their quotes by April 30, 2025, and are encouraged to direct any inquiries to Matthew Atcitty at matthew.atcitty@ihs.gov or by phone at 505-368-7345.

    Point(s) of Contact
    Files
    Title
    Posted
    The document from the Indian Health Service outlines self-certification requirements under the Buy Indian Act for businesses responding to Requests for Information (RFI) or solicitations. It emphasizes that an enterprise must qualify as an “Indian Economic Enterprise” at three critical points: when an offer is made, at the time of contract award, and during the contract performance period. Contractors must immediately notify the Contracting Officer if they no longer meet this status. The document also specifies that successful Offerors must be registered with the System of Award Management (SAM) and warns against the submission of false information, highlighting the legal consequences of such actions. Additionally, it includes a section for the Offeror to indicate whether they meet the criteria, along with certification details such as ownership and Tribal affiliation. This documentation serves to ensure compliance and integrity in the contracting process specific to Indigenous enterprises while facilitating equal opportunities in federal contracts.
    The document outlines a pricing schedule for nonpersonal services related to pharmacist positions within the NNMC Department of Pharmacy, as part of federal contracting. It details two pharmacist positions, each requiring an estimated 1040 hours of service per month, with an all-inclusive hourly rate covering regular and overtime pay. The document emphasizes that the listed hours are estimates and does not guarantee the government will issue orders for the specified quantities, thus preventing any claims for price adjustments due to reduced demand. The all-inclusive rate includes compensation for special pay, taxable items, labor, benefits, transportation, per diem, housing, and supervision. Further details regarding work schedules and duties can be found in the Performance Work Statement, which is mentioned but not included in the document. This information is crucial for bidders responding to RFPs, ensuring clarity on financial expectations and service requirements in government contracts.
    The document outlines a government Request for Quotations (RFQ) aimed at procuring pharmacist services for the Northern Navajo Medical Center in Shiprock, New Mexico. It includes an amendment to a previous solicitation, updating contract terms, extending the project timeline to May 2026, and adjusting personnel specifications by replacing the nurse anesthetist position with a pharmacist role. Contractors must acknowledge receipt of amendments and follow specific submission guidelines, including providing competitive rates and qualifying documentation such as curriculums vitae, licenses, and evidence of previous experience. The RFQ emphasizes compliance with numerous federal regulations and clauses, particularly concerning small business participation and Indian Economic Enterprise requirements in accordance with the Buy Indian Act. Evaluation criteria include pricing, candidate qualifications, past performance, and knowledge of the scope of work. Terms regarding liability insurance for healthcare services, contractor indemnification, and provisions governing unauthorized commitments highlight the complexities of contract management. The document is structured with distinct sections, including contract clauses, submission instructions, and necessary attachments for compliance and eligibility verification, aiming to ensure contractor accountability and uphold federal standards in service delivery.
    The document outlines a Request for Proposal (RFP) for non-personal health care services, specifically the provision of pharmacist services at the Northern Navajo Medical Center in Shiprock, New Mexico. The acquisition is designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, requiring participants to be small businesses. The contract term spans from May 26, 2025, to May 25, 2026, with an option to extend for an additional period. Key tasks include submitting invoices electronically via the Department of Treasury’s Invoice Processing Platform and fulfilling performance, liability, and insurance requirements specified in the performance work statement. The RFP emphasizes the importance of adherence to federal regulations and ethical standards, particularly addressing the unique needs of the American Indian and Alaska Native communities served by the Indian Health Service. The document also highlights clauses related to compliance with federal contracting laws, ensuring equitable treatment and protection of small business interests, particularly concerning economically disadvantaged groups. This RFP exemplifies the federal government’s commitment to providing culturally appropriate health services while fostering participation by Indian-owned businesses in health care service delivery.
    This document is a Request for Quotes (RFQ) for non-personal health care services, specifically for the provision of four pharmacists at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract is set to begin on May 26, 2025, and includes specific terms related to the labor-hour contract structure. It emphasizes the importance of securing qualified candidates with valid pharmacy licenses and relevant experience while recognizing the Contractor's role as an independent entity without government oversight of daily operations. The document outlines the submission requirements for quotations, which include proposed rates, candidate profiles, and evidence of prior experience in similar services. It reinforces the need for compliance with federal regulations, including those addressing small business set-aside clauses and various labor and service standards. Additionally, it incorporates provisions from the Federal Acquisition Regulation (FAR) and the Department of Health and Human Services Acquisition Regulation (HHSAR) relevant to contractor responsibilities, payments, and the need for medical liability insurance. The overall intent is to facilitate the hiring of qualified health professionals under the framework of the Buy Indian Act, ensuring that eligible Indian Economic Enterprises can compete for and fulfill this contract, while the government maintains oversight of the contract's parameters and compliance obligations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NNMC Wellness Program Project
    Health And Human Services, Department Of
    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.
    Notice of Intent to Award
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
    Dentist Services at Tohatchi Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide dentist services at the Tohatchi Health Center in New Mexico. This Sources Sought Notice is intended for market research purposes to assess the availability of qualified sources, particularly focusing on Small Business Indian Firms and Small Business concerns, in accordance with the Buy Indian Act. The information gathered will help determine the acquisition strategy for the upcoming solicitation, which may include set-asides for Indian-owned enterprises or small businesses. Interested parties are encouraged to contact Melissa Lake at melissa.lake@ihs.gov or call 505-930-1975 for further details, and must submit required documentation, including a Self-Representation Form, by the specified deadline.
    Notice of Intent to Award - STAT and non-STAT Laboratory Testing Services
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with San Juan Regional Medical Center for STAT and non-STAT laboratory testing services in Shiprock, New Mexico. This procurement aims to ensure reliable laboratory testing capabilities, particularly in the event of a catastrophic incident that could disrupt services at the Northern Navajo Medical Center. The contract is anticipated to span a base period of one year, with four additional 12-month options, totaling up to five years of service. Interested vendors may submit capability statements by 10:00 AM (MST) on December 19, 2025, via email to Dallas Begay at dallas.begay@ihs.gov, as this notice does not constitute a request for quotations and competition is restricted to the selected provider.
    Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
    Health And Human Services, Department Of
    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.
    Notice of Intent to Restrict Competition – NAIHS, Shiprock Service Unit, Four Corners Regional Health Center – Automated Dispensing Cabinet System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, intends to restrict competition for the procurement of automated dispensing cabinet systems and services for the Four Corners Regional Health Center (FCRHC) located in Teec Nos Pos, Arizona. The contract will be negotiated exclusively with Carefusion Solutions LLC, as they currently provide these systems, ensuring seamless integration with existing infrastructure and compliance with Joint Commission requirements. This procurement is critical for maintaining operational efficiency and meeting regulatory standards within the healthcare facility. Interested vendors may submit capability statements by 10:00 AM (MST) on December 23, 2025, to Misty Billy at Misty.Billy@ihs.gov, although a solicitation will not be issued, and the government retains discretion over the competition decision.
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    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.
    Emergency Department Medical Equipment and Supplies
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting market research to identify potential sources for medical equipment and supplies needed for the Emergency Department at Gallup Indian Medical Center in New Mexico. The procurement focuses on a variety of essential items, including general procedure carts, adjustable-height instrument tables, isolation carts, and various scales, all adhering to specific infection control standards and operational efficiency requirements. This opportunity is crucial for ensuring the availability of high-quality medical supplies that support healthcare delivery in the region. Interested vendors must submit their qualifications and capability statements by December 19, 2025, at 10:00 AM (MST) to Rodney Brown at Rodney.Brown@ihs.gov, and must be registered in the System for Award Management (SAM) to participate.
    Rental and Support for Pharmacy Will Call Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to lease, install, and support a Pharmacy Will Call Management System for the Lawton Indian Hospital and Anadarko Indian Clinic in Oklahoma. The system must utilize RFID and barcode technology to enhance medication dispensing accuracy, facilitate audits, ensure secure storage of controlled substances, and integrate with existing electronic health record systems, while also complying with HIPAA regulations. This procurement is crucial for improving pharmacy operations and ensuring the safety and efficiency of medication management within federal IHS sites. Interested parties can contact Audrey Yackeyonny at audrey.yackeyonny@ihs.gov or by phone at 580-354-5381 for further details regarding the solicitation.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    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.