Hospital Leadership and Management Support (HLMS) for Readiness Agency wide IDIQ (Single or MultiAward)
ID: 75H70426R00003Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIVISION OF ACQUISITIONS POLICY HQROCKVILLE, MD, 20857, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for the Hospital Leadership and Management Support (HLMS) contract, which will be awarded as a single or multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement aims to provide consultation and professional support services to federal IHS healthcare facilities, focusing on healthcare leadership, accreditation, and operational and financial management. The contract, valued between $50 million and $55 million, includes a one-year base period with four one-year options and emphasizes compliance with CMS Conditions of Participation and accreditation requirements. Interested contractors should direct inquiries to Darryl Smith at darryl.smith@ihs.gov, and the solicitation process will follow a two-phase evaluation approach, with proposals due as specified in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided government file outlines a pricing schedule for a contract involving hospital accreditation, leadership, and specialized services over a base period and four option years. The contract details various labor categories, including Healthcare Programs and Operations Management SME, Accreditation Management SME, Project Manager, and specialized SMEs in MD, Lab, EOC/Life Safety, Pharmacy, and Nursing. Additionally, it covers specialized leadership competency development and training. The document specifies that direct labor costs are to be determined from Attachment 1, which details fixed hourly rates, total hours per year, and the number of deployments for each position. Travel and materials are listed as Not to Exceed (NTE) plug figures, with a total estimated value of $2,000,000 per year for materials across the base and option years. The total ceiling price for the entire contract is also indicated, with G&A only applicable to travel costs. The structure of the document suggests it is a pricing schedule for a government Request for Proposal (RFP) or a similar contracting vehicle.
    This Performance Work Statement (PWS) outlines the requirements for consultation and support services to federal Indian Health Service (IHS) healthcare facilities, focusing on leadership, accreditation, and operational and financial management. The contractor will provide advisory, consultative, mentoring, training, and technical assistance, deploying a core team of three subject matter experts (SMEs) to each facility. The primary goal is to guide and coach IHS leadership and staff to maintain compliance with CMS Conditions of Participation (CoPs) and accreditation requirements. Services include gap analysis, corrective action plan (CAP) development and implementation, and leadership development. The PWS emphasizes continuous support, detailed reporting, and strict adherence to quality and security standards to ensure high-quality care for American Indian and Alaska Native populations.
    The Quality Assurance Surveillance Plan (QASP) for IHS Hospital Leadership and Management Support outlines the government's approach to monitoring contractor performance. It emphasizes a performance-based management strategy, focusing on desired outcomes rather than specific processes. Key elements include defining roles and responsibilities for the Contracting Officer and the Contracting Officer’s Representative, identifying performance standards and acceptable quality levels (AQLs) detailed in an attached matrix, and establishing methodologies for surveillance, such as random monitoring, 100% inspection, and customer feedback. The QASP also details documentation requirements like monitoring forms and outlines the analysis of quality assurance assessments, including determining performance, reporting, and resolving issues through reviews and corrective action plans. The plan aims to ensure the contractor meets required service levels and performance objectives for accreditation support, staff education, and leadership development.
    The document outlines the ordering procedures for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract under FAR Part 16, as implemented by the Revolutionary FAR Overhaul (RFO). It details that only warranted Contracting Officers can issue task orders, which must remain within the IDIQ's scope and terms. The procedures emphasize fair opportunity for all awardees for orders exceeding the micro-purchase threshold, unless specific exceptions, such as urgency or sole capability, apply. Various methods for providing fair opportunity are described, including written requests, email, and oral presentations, with the complexity of the method tailored to the task order. The document also covers task order requests (TORs), proposal submissions, evaluation and award criteria, permissible task order types, and modification procedures. It clarifies that the IDIQ contract takes precedence in case of conflict with a task order and specifies minimum and maximum contractual obligations.
    This document outlines a Contractor Performance Report - Short Form, divided into two main parts. Part I, to be completed by the offeror, gathers essential contract information such as the offeror's name, contract number, type, value, project name, description of work, term of performance, and details on any problems encountered along with corrective actions. It also requires contact information for project contacts, contracting officers, technical officers, and other points of contact who can provide feedback on performance. This section concludes with a reference to the solicitation number and a brief RFP description. Part II, for completion by the customer/client, provides a comprehensive performance assessment framework. It evaluates the contractor's quality of products or services, cost control ability, timeliness of performance, customer satisfaction, effectiveness of key personnel, and past business relations. Each assessment area includes space for comments, allowing for detailed feedback on various aspects of the contractor's performance, including problem-solving, financial accuracy, adherence to schedules, client relationships, personnel suitability, and overall professional behavior.
    This document outlines a structured approach for responding to government solicitations, specifically RFPs and PWS documents. It details a method for tracking questions related to these documents, requiring respondents to specify the document type (RFP or PWS) and the exact section or page where the question originates. This framework ensures clarity and precision in inquiries, streamlining the communication process between potential contractors and government agencies. The main purpose is to facilitate a clear, organized, and efficient question-and-answer phase, which is critical for accurate proposal submissions and successful contract awards in the context of federal and state/local government procurements.
    The Indian Health Service (IHS) has issued a comprehensive Request for Proposal (RFP) for Hospital Leadership and Management Support (HLMS) for Readiness Agencywide IDIQ. This acquisition, valued between $50M-$55M, is a dual-phase, multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Time-and-Materials (T&M) task orders. Phase I, an Advisory Multi-Step Process, evaluates corporate experience, while Phase II assesses technical approach through oral presentations and past performance. The contract includes a one-year base period and four one-year options, focusing on healthcare leadership, accreditation, and operational/financial management support nationwide. Key aspects include strict adherence to FAR and HHSAR clauses, electronic invoicing, and robust security requirements for information systems and personnel.
    Lifecycle
    Similar Opportunities
    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.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to acquire a software license that replaces current spreadsheet-based methods, which have resulted in cost overruns and project delays, by providing a web-based solution with features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 PM EST, with the contract covering a base year and one option year, and inquiries should be directed to Contracting Officer Jong Kim at jong.kim@ihs.gov or 206-619-0638.
    Firm-Fixed-Price, Non-Personal Services – Two (2) Hospitalist/Nocturnist Services-Pine Ridge, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Businesses Economic Enterprises (ISBEE) to provide two Hospitalist/Nocturnist services at the Pine Ridge Comprehensive Health Care Facility in South Dakota. The objective is to secure non-personal services through a firm-fixed-price contract, which includes a three-month base period and nineteen additional three-month options, to enhance healthcare delivery for the Oglala Lakota Nation. This procurement is critical for addressing high patient demand and ensuring continuity of care in a facility that serves a significant population of American Indians and Alaska Natives. Interested parties must submit their capability statements by January 15, 2026, to Mona Weinman at mona.weinman@ihs.gov, including relevant company information and experience in similar services.
    SOURCES SOUGHT: IAW Buy Indian Act of 1910: Inpatient Department Physician Services at Hopi Health Care Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide non-personal professional Inpatient Physician Services at the Hopi Health Care Center in Polacca, Arizona. The procurement aims to address staffing shortages in a rural healthcare setting, with a contract duration of 12 months and four optional one-year extensions. The selected contractor will be responsible for delivering essential medical services to a critical access hospital serving approximately 18,000 residents, ensuring compliance with IHS policies and TJC accreditation standards. Interested firms must respond by December 29, 2025, at 12 PM ET, and provide necessary documentation, including the Indian Economic Enterprise Representation form, to demonstrate eligibility under the Buy Indian Act. For inquiries, contact Michele Lodge at Michele.Lodge@ihs.gov or call 702-204-9522.
    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.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    MCG Health Evidence Based Guidelines
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a Sole Source Non-Personal Service Purchase Order to MCG Health, LLC for the provision of evidence-based clinical guidelines to support patient care management at the Rosebud Indian Health Service Hospital in South Dakota. This procurement aims to enhance the quality of care through the implementation of clinical guidelines, which are crucial for effective patient management and treatment outcomes. The contract will cover a period of one base year with four additional option years, and interested parties can reach out to Andrea Whipple at andrea.whipple@ihs.gov or by phone at 605-747-0402 for further details.
    JOFOC - Hospitalist, CRHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified providers to deliver temporary hospitalist services at the Cheyenne River Health Center in Eagle Butte, South Dakota. This urgent contract, awarded for a duration of 60 days, aims to address immediate healthcare needs within the community, emphasizing the critical role of internal medicine in supporting patient care. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605-964-0605 for further details regarding the procurement process. The contract is vital for maintaining healthcare services in the region, and all inquiries should be directed promptly to ensure timely engagement.
    Phoenix Service Unit (PSU) Annual Awards Ceremony Indian Health Service
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractor support for the Phoenix Service Unit Annual Awards Ceremony, scheduled for February 18, 2026, in Phoenix, Arizona. The procurement involves providing a venue, audiovisual services, light catering, and limited event support services to recognize employee excellence, with an emphasis on cost-effectiveness and flexibility in contractor scope. This annual event is crucial for acknowledging the contributions of staff within the Indian Health Service, and the selected contractor must accommodate up to 400 attendees while ensuring compliance with specific requirements, including ADA access and parking provisions. Interested vendors must submit their quotations by January 9, 2026, and direct any questions to Kerri Gilmore at Kerri.Gilmore@ihs.gov by January 2, 2026.
    ISBEE Set-Aside: Indian Health Service - Oracle Hyperion Licenses
    Health And Human Services, Department Of
    The Indian Health Service (IHS) within the Department of Health and Human Services is seeking quotations for Brand Name Oracle Hyperion Licenses, specifically for the renewal of existing licenses. This procurement is 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 541519, and it includes a fixed-price purchase order covering a base period from January 29, 2026, to January 28, 2027, with four optional one-year extensions through January 28, 2031. The Oracle Hyperion software is critical for IHS's centralized planning, budgeting, and forecasting processes, ensuring continuity and efficiency in operations. Interested vendors must submit their quotes by December 26, 2025, at 10 AM EST, and direct any questions to Natasha Bitsoi at Natasha.Bitsoi@ihs.gov by December 17, 2025.