Personal Services Contract - Navajo Area IHS Contract Support Services
ID: 75H71025Q00152Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
  1. 1
    Posted Apr 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 8:30 PM UTC
Description

The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting quotes for a Personal Services Contract to provide Contract Support Services for the Navajo Area IHS. The objective is to enhance acquisition management capabilities by engaging Procurement Agents at various experience levels to assist with presolicitation, pre-award, and post-award processes in compliance with federal regulations. This initiative is crucial for improving contracting practices and ensuring efficient delivery of health services to over 244,000 Native American beneficiaries across Arizona, New Mexico, and Nevada. Quotes are due by April 25, 2025, at 2:30 PM MST, and interested parties should submit their proposals electronically to Jericho Lewis at Jericho.Lewis@ihs.gov or via hard copy to the Navajo Area Office in Window Rock, Arizona.

Files
Title
Posted
The document presents a solicitation (RFQ No. 75H71025Q00152) for procurement agent support services within the Indian Health Service (IHS), specifically targeting Indian-owned small businesses as per the Buy Indian Act. It requests quotes for three levels of procurement agent positions (I, II, III) with a base and option period totaling up to 12 months. Each position allows for a not-to-exceed limit of 1040 labor hours, with the contract structured as a labor-hour type. Evaluation criteria emphasize technical capability and price, favoring the lowest-priced, technically acceptable offers. The submission must include various representations, certifications, and compliance with federal acquisition regulations. The document also outlines additional clauses that enforce contract performance standards, employee verification, and past performance assessments. Complete quotes are to be submitted electronically or via hard copy by April 25, 2025. Overall, the solicitation aims to strengthen procurement capacity within the IHS while ensuring compliance with stipulations aimed at benefiting Indian Economic Enterprises.
Apr 15, 2025, 5:06 PM UTC
The document is an amendment to a solicitation/contract (ID: 0001) issued by the Navajo Area Office, effective April 13, 2025, to clarify aspects such as the Schedule of Items, place of performance, and award criteria based on lowest-priced, technically-acceptable quotes. Key revisions include the addition of three Procurement Agent levels and updated qualifications for each position. Payment requests must comply with specified electronic submission terms, and all other previously established terms remain unchanged.
The document is a combined synopsis/solicitation (RFP) for contract support services issued by the Department of Health and Human Services, specifically set aside for Indian-owned small businesses. The solicitation invites quotes under solicitation number 75H71025Q00152, adhering to the Federal Acquisition Regulations. It outlines a base period of six months for services with an option for an additional six months, totaling a potential 12 months. Primary items for quotation include two line items for contract support services, each requiring 1040 hours of labor. Evaluations will consider technical capability and price, with specific emphasis on compliance with Indian Economic Enterprise criteria which mandates at least a 51% Indian ownership of the bidding company. The document contains essential instructions and provisions, detailing required forms, clauses applicable to the contract, and obligations surrounding contractor personnel performance, electronic payments, tax compliance, and unauthorized commitments. Quotes are due electronically by April 25, 2025, to a specified email address, emphasizing the government’s focus on compliance to set regulations and the importance of Indian Economic Enterprise representation in awarding contracts. The solicitation portrays the government's commitment to supporting indigenous economic enterprises while securing necessary services for its operations.
This document outlines a Request for Proposal (RFP) focused on contracting support services for the Navajo Area Office. It specifies that the solicitation is administrative and falls under North American Industry Classification Standard 541611. The proposal includes a performance timeline with two distinct periods: May 1, 2025, to October 31, 2025, and an option for November 1, 2025, to April 30, 2026, indicating the need for ongoing support. Payment submissions must follow the electronic submission protocols as per FAR regulations. The document also identifies the contracting officer, Michelle James, and specifies the required contractor qualifications, including service-disabled veteran-owned and women-owned small business designations. The RFP's emphasis on inviting small business participation reflects the government's commitment to supporting economically disadvantaged groups within federal contracting. The deadline for proposal submissions is April 13, 2025, at 2:30 PM MT. Overall, the document highlights critical terms and conditions relevant to the bidding process, focusing on compliance, eligibility, and performance expectations.
The Navajo Area Indian Health Service (NAIHS) seeks contracting support services to facilitate its operations, which deliver health services to over 244,000 American Indians across the Navajo Nation. This document outlines the scope and requirements for federal contracting support, including expertise from contract specialists familiar with the Federal Acquisition Regulation (FAR) and relevant contracting policies. Essential tasks involve technical support in pre-procurement and contract administration processes such as planning, documentation, and compliance monitoring of various contract types, including firm-fixed price and indefinite delivery contracts. The NAIHS emphasizes the importance of effective communication and experience with procurement systems. The contract is expected to be supported by at least one full-time contract specialist with potential additional resources based on funding. The base period of performance is set with options for two additional years, favoring remote support while outlining strict regulations on confidentiality and conflicts of interest. The document concludes with requirements for proper documentation and quality assurance to ensure compliance with federal standards and regulations.
The Indian Health Service, under the Department of Health & Human Services, issued the Indian Economic Enterprise Representation Form to comply with the Buy Indian Act (25 U.S.C. 47). This form serves as a self-certification for Offerors, confirming they qualify as an “Indian Economic Enterprise” at the time they submit an offer, during contract award, and throughout contract performance. Should the contractor fail to meet eligibility requirements at any time, they are obligated to notify the Contracting Officer promptly. The form emphasizes that accurate information is crucial, as false declarations can lead to legal penalties. Offerors must also be registered with the System for Award Management (SAM) to engage in set-aside or sole-source contracts under the Buy Indian Act. The form requires details about the ownership and details of the enterprise, including the name of the 51% tribal owner and the name of their federally recognized tribal entity. This document is a vital part of ensuring compliance and facilitating economic growth within Indian communities while adhering to federal contracting requirements.
The Navajo Area Indian Health Service (NAIHS) is soliciting contracting support services through a Request for Proposals (RFP) to enhance its acquisition management capabilities. NAIHS, which serves over 244,000 Native American beneficiaries across facilities in Nevada, Arizona, and New Mexico, seeks expertise in handling presolicitation, pre-award, and post-award processes in compliance with the Federal Acquisition Regulation (FAR). The scope of work includes tasks such as market research, evaluation of quotes, contract modifications, and administration activities, requiring skilled personnel. NAIHS aims to engage Procurement Agents with various levels of experience—from entry-level to senior agents—based on the complexity of the tasks. The anticipated period of performance for the contract is 12 months, with a preference for on-site work while allowing for some remote assistance. Essential qualifications include understanding different contract types, a firm command of federal procurement regulations, and strong communication skills. This initiative addresses the need for improved contracting practices within NAIHS, ensuring that federal health services are delivered efficiently and effectively to the Navajo Nation and surrounding communities.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Non-Personal Service Contracts for Pharmacist healthcare providers to the Pinon Health Center, Chinle Service Unit
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to provide non-personal service contracts for pharmacist healthcare providers at the Pinon Health Center within the Chinle Service Unit in Arizona. The procurement aims to deliver comprehensive pharmaceutical care, with services required to be performed in accordance with the attached Performance Work Statement (PWS) during a base period from May 2025 to October 2025, followed by an option period from November 2025 to April 2026. This opportunity is particularly significant as it is set aside under the Buy Indian Act, emphasizing the importance of culturally sensitive healthcare delivery to the Navajo community. Interested contractors must submit their proposals electronically by April 24, 2025, and can direct inquiries to Tilda Nez at tilda.nez@ihs.gov or by phone at 928-674-7474.
Nonpersonal Service Clinical Pharmacist Informaticist (Clinical Applications Coordinator) healthcare providers
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide Non-Personal Service Clinical Pharmacist Informaticist (Clinical Applications Coordinator) healthcare providers for the Chinle Comprehensive Health Care Facility in Arizona. The procurement aims to secure contractor services for a total of 2,080 hours over a one-year performance period, which includes a base period and three option periods, as outlined in the Performance Work Statement (PWS). This contract is crucial for ensuring the provision of quality healthcare services within the IHS framework, emphasizing the need for qualified candidates with relevant past performance and technical capabilities. Proposals are due by April 29, 2025, at 8:00 a.m., and interested parties can direct inquiries to Tilda Nez at tilda.nez@ihs.gov or by phone at 928-674-7474.
NNMC_Non-PSC_Four (4) Pharmacist
Buyer not available
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.
NPSC: Tour Coordinator Services
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 Tour Coordinator services at the Northern Navajo Medical Center in Shiprock, New Mexico. These contracts aim to address the critical shortage of healthcare workers within the Navajo Nation by providing essential nursing services, with each contract requiring 2080 service hours over a performance period from May 19, 2025, to November 18, 2025. The procurement is set aside for small businesses, including those owned by service-disabled veterans and economically disadvantaged women, emphasizing the importance of culturally competent healthcare for approximately 201,583 Navajo Nation members. Interested parties must submit their proposals by May 9, 2025, and direct any inquiries to Michelle James at michelle.james@ihs.gov or by phone at 928-871-5841.
Medical Support Assistant Non Personal Healthcare Services at the Jicarilla Service Unit
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for Medical Support Assistant Non-Personal Healthcare Services at the Jicarilla Service Unit located in Dulce, New Mexico. This procurement is specifically set aside for Small Business Indian Firms (SBIF) under the Buy Indian Act, with the aim of providing essential healthcare support services while promoting economic opportunities for Indian-owned businesses. The deadline for submitting quotes has been extended to April 30, 2025, at 12 PM MST, and interested parties must ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Eric Wright at eric.wright@ihs.gov or by phone at 505-256-6752.
Regulated Medical Waste Collection and Disposal
Buyer not available
The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified contractors for the collection and disposal of regulated medical waste, including pharmaceutical and non-pharmaceutical hazardous waste, at the Northern Navajo Medical Center in Shiprock, New Mexico. This five-year contract will span from July 1, 2025, to June 30, 2030, consisting of a base year and four option years, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The procurement process will follow FAR 12 and FAR 13 guidelines, with quotes due by April 29, 2025, and the Request for Quotations expected to be issued by April 18, 2025. Interested parties must maintain an active profile in the System for Award Management (SAM) and can contact Dallas Begay at dallas.begay@ihs.gov for further information.
Taos Picuris Service Unit Medical Support Assistant Non-Personal Healthcare Services
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for Medical Support Assistant Non-Personal Healthcare Services at the Taos Picuris Service Unit in New Mexico. The procurement aims to provide essential medical administrative support, including managing patient interactions, maintaining records, and ensuring compliance with HIPAA regulations, with contractors required to have relevant qualifications and experience in medical administration. This contract will be structured with a base year and four optional renewal periods, emphasizing quality assurance and oversight by government personnel. Interested parties must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 PM MST on April 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
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.
Taos Picuris Service Unit Pharmacy Technician Non-Personal Healthcare Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for non-personal healthcare services in the form of Pharmacy Technician support for the Taos Picuris Service Unit in New Mexico. The contract requires full-time pharmacy technician duties, including expertise in pharmaceutical practices and compliance with the IHS Pharmacy Manual, with an emphasis on independent billing and adherence to federal and state regulations. This procurement aims to enhance healthcare access for underserved populations while ensuring high operational standards and accountability. Interested offerors must submit their proposals by 12:00 PM MST on April 23, 2025, and can direct inquiries to Eric Wright at eric.wright@ihs.gov or by phone at 505-256-6752.
OEHE GIS Support Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for GIS Support Services under a presolicitation notice for Solicitation 75H70125R00030. The procurement aims to establish a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to enhance GIS capabilities within the Office of Environmental Health and Engineering (OEHE), focusing on tasks such as program management, technical support, training, and data conversion for community water and wastewater systems. This initiative is crucial for improving healthcare service delivery through technology in native communities, with a total budget ceiling of $9.9 million over a five-year period, including a base year and four option years. Interested parties should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452, and are advised to monitor www.sam.gov for the official solicitation release anticipated in April 2025, with proposals due at least 30 days thereafter.