CCHCF: Non-Personal Service for Psychiatry healthcare provider
ID: IHS1506541Type: Combined Synopsis/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- OTHER (Q999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses to provide non-personal psychiatry healthcare services at the Chinle Comprehensive Health Care Facility in Arizona. The contract will cover psychiatric care for approximately 35,000 Navajo patients from July 1, 2025, to June 30, 2026, with potential option periods, emphasizing the need for culturally competent care that respects local customs and practices. This procurement is crucial for addressing mental health disparities among American Indian and Alaska Native communities, ensuring compliance with federal regulations and performance standards. Interested contractors should contact Tilda Nez at tilda.nez@ihs.gov or call 928-674-7474 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Chinle Comprehensive Health Care Facility seeks a contractor to provide nonpersonal psychiatry services to support the Indian Health Service (IHS) mission for American Indians and Alaska Natives. The scope includes both outpatient and inpatient psychiatric care to approximately 35,000 Navajo patients, addressing diverse mental health needs while respecting cultural practices. Contractors must have three years of residency training in psychiatry, be board-certified, and maintain all relevant licenses. Responsibilities encompass direct patient care, including assessments, treatment planning, and coordination with other health professionals. The contract outlines specific performance metrics, evaluation standards, and compliance with federal regulations. Additionally, the contractor is responsible for medical documentation and adherence to HIPAA and other confidentiality standards. The document emphasizes cultural awareness and the importance of integrating local customs into patient care. This RFP is significant as it represents the federal government’s commitment to addressing healthcare disparities among tribal populations through targeted service provisions.
    The document is a combined synopsis and solicitation for psychiatry services at the Chinle Comprehensive Health Care Facility under the Indian Health Service. It outlines a request for quotes (RFQ) from small businesses for non-personal service contracts to provide psychiatric healthcare from July 1, 2025, to June 30, 2026, including several option periods. The solicitation emphasizes the need for qualified contractors to provide comprehensive psychiatric care to American Indian and Alaska Native communities, adhering to specific qualifications, performance requirements, and evaluation criteria. Key responsibilities include managing patient care, collaborating with other healthcare professionals, and adhering to strict documentation and compliance standards. Contractors must meet qualifications such as completion of a residency in psychiatry, relevant licensure, and prior experience with diverse patient populations. The document also outlines the government's expectations for contractor performance monitoring, liability insurance requirements, and adherence to cultural considerations vital for working with Navajo and other indigenous populations. Overall, the solicitation reflects the commitment of the Indian Health Service to elevate healthcare access and quality for underserved communities while ensuring rigorous contractor oversight and compliance with federal regulations.
    The Indian Health Service (IHS) within the Department of Health & Human Services issues a Buy Indian Act Representation Form as part of its solicitation or source sought notice. This document allows self-certification for Offerors claiming status as an “Indian Economic Enterprise.” To be eligible, the Offeror must meet the definition at several key stages: at the time of the offer, at contract award, and throughout the contract's performance. Should an enterprise cease to meet these requirements, it must notify the Contracting Officer immediately. Additionally, the successful Offerors are required to be registered with the System of Award Management (SAM). Submitting false information under this Act can result in legal repercussions, including penalties for false claims. The document includes a representation section where Offerors indicate compliance with the Indian Economic Enterprise definition, requiring details such as the owner’s name, certification signature, tribal association, business name, and DUNS number. Overall, this solicitation process emphasizes maintaining transparency and integrity while promoting economic opportunities for Indian-owned businesses under federal contracts.
    The Chinle Comprehensive Health Care Facility (CCHCF) seeks nonpersonal services from a Psychiatrist to enhance the health of American Indians and Alaska Natives. This Performance Work Statement (PWS) outlines the responsibilities, qualifications, and operational guidelines for the contractor. CCHCF serves approximately 35,000 Navajo individuals, providing comprehensive medical care, including outpatient and inpatient psychiatric services. The contract mandates that the psychiatrist adheres to established medical standards while performing evaluations, treatment plans, and documentation in compliance with HIPAA regulations. The contractor is responsible for maintaining necessary qualifications, including board certification in psychiatry and ongoing professional conduct evaluations. Additionally, the contract requires cultural sensitivity, acknowledging the unique needs of the patient population and their traditional practices. Obligations include attending staff meetings and collaborating with healthcare professionals for integrated care. The contractor's performance will be monitored through a Performance-Based Matrix to ensure service quality and compliance, with evaluations impacting future contract considerations. This initiative underlines the federal government's responsibility to provide accessible and culturally competent healthcare to indigenous populations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - 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 to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 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.
    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.
    Intent to Award/Sole Source to Cardin Courier for Chinle Hospital
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Cardin Courier for courier delivery services at the Chinle Comprehensive Health Care Facility in Arizona. This procurement is aimed at ensuring uninterrupted delivery services that are critical for direct patient care, with the contract period set from January 1, 2026, to December 31, 2026, including two optional one-year extensions. Cardin Courier is uniquely qualified for this role, and the government has indicated that this notice is not a request for competitive proposals; thus, any responses must demonstrate clear advantages for competition. Interested parties can contact Nora Nutlouis at nora.nutlouis@ihs.gov or Tanya Begay at tanya.begay2@ihs.gov for further inquiries.
    FY26 GSU THC Pharmaceutical Medication Returns [base+3options]
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is soliciting proposals for pharmaceutical medication returns at the Tohatchi Health Center in New Mexico. This procurement, set aside for small businesses, requires offerors to provide waste disposal services, including waste characterization, container provision, staff training, and ongoing support, with a contract period spanning from January 1, 2026, to December 31, 2026, and options for three additional years. The services are critical for managing hazardous pharmaceutical waste in compliance with regulatory standards, ensuring safe disposal and environmental protection. Interested parties must submit their proposals by December 19, 2025, at 3:00 PM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    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.
    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.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    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.
    Sources Sought: 24/7 Nursing Telephone Triage Services for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide 24/7 Nursing Telephone Triage Services for the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The primary objective of this procurement is to establish a toll-free Nurse Advice line aimed at reducing unnecessary emergency room visits for American Indian and Alaskan Native patients residing on or near the Lake Traverse Reservation. This service is crucial for enhancing healthcare access and efficiency for approximately 7,000 tribal members, ensuring they receive appropriate care while minimizing costs associated with emergency services. Interested parties must submit their capability statements to Jeremiah Tsoodle at jeremiah.tsoodle@ihs.gov by December 31, 2025, at 1:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-26-1520417.