Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
ID: 75H70725R00008Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEALBUQUERQUE AREA INDIAN HEALTH SVCALBUQUERQUE, NM, 87110, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

MEDICAL- OTHER (Q999)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document discusses the issuance of a final rule by the Indian Health Service (IHS) concerning the Purchased/Referred Care (PRC) program, formerly known as Contract Health Services (CHS). The rule introduces payment methodologies for physician and other health care professional services provided to eligible American Indian and Alaska Native individuals through various health programs. It allows IHS, Tribes, and urban Indian organizations to negotiate the payment rates with non-I/T/U providers, aligning these rates with Medicare's fee schedules to improve consistency across federal healthcare programs and enhance access to care. Notable changes include a new opt-in provision for Tribally-operated programs and definitions for key terms related to healthcare services, such as 'Referral' and 'Most Favored Customer (MFC) rate'. The rule aims to ensure healthcare providers cannot impose additional charges beyond the negotiated rates, emphasizing the importance of fair and reasonable pricing in healthcare access for eligible beneficiaries. An extensive analysis was conducted to anticipate the impact of these changes on providers and patient access, revealing potential savings and the importance of continued flexibility in negotiations to maintain a balance between cost savings and provider participation. The rule emphasizes cooperation with Tribal stakeholders throughout the implementation process to facilitate successful adherence to the new framework.
    The Business Associate Agreement (BAA) establishes the responsibilities and obligations between the Indian Health Service (IHS) and a business associate, in compliance with HIPAA regulations. This agreement mandates that the business associate safeguard Protected Health Information (PHI) during its operations with IHS, defining roles for both parties regarding data privacy. Key points include requirements for compliance with HIPAA, including obligations to report any unauthorized disclosures or breaches of PHI, and to implement effective safeguards. The business associate must limit PHI use to what is necessary for its functions, document disclosures, and provide access to individuals upon request. The agreement also specifies termination conditions if violations occur and holds the business associate liable for breaches, thus ensuring accountability under federal law. Overall, the BAA emphasizes the significance of protecting sensitive health information in the execution of governmental contracts, aligning with state and federal regulatory standards, and ensures both parties engage in responsible data management practices.
    This document outlines the eligibility criteria and process for obtaining Contract Health Services (CHS) for medical care for members of Federally recognized Tribes. Qualification is assessed in three stages. In Stage 1, individuals must demonstrate ancestry or close ties to a Tribe, reside within the appropriate reservation or CHS Delivery Area (CHSDA), and secure prior approval for medical services. Stage 2 focuses on the medical necessity of the requested services. These must be verified by documentation, must not be available at local Indian Health Service (IHS) facilities, and must fall within the facility's medical priorities, which prioritize cases with significant health risks. Limited funding can lead to deferrals for lower-priority cases. Stage 3 details the coordination and payment process. Individuals must seek alternate funding sources like Medicaid or Medicare first. Payments are contingent upon authorization from CHS, which acts as the payer of last resort, only covering costs after other resources are exhausted. The document emphasizes the importance of adherence to procedures and the need to consult CHS staff for clarification, reflecting the complexities involved in navigating healthcare services for Tribal members within government frameworks.
    The document outlines the procedures and requirements for the Order for Health Services from the U.S. Department of Health and Human Services' Indian Health Service (IHS). Its primary purpose is to ensure that healthcare services for eligible American Indians are appropriately ordered, authorized, and reimbursed. It includes essential sections like patient identification, health insurance coverage details, estimated charges, and relevant authorizations. Key provisions establish standards for quality care, requiring providers to offer services equivalent to non-IHS patients and to comply with regulations regarding discharge reporting and billing. The document stipulates that IHS serves as the payor of last resort, emphasizing that providers must pursue other insurance options available to patients before relying on IHS funding. It also highlights the responsibilities of healthcare providers, including maintaining adequate records and complying with federal regulations concerning specific medical procedures. Furthermore, it incorporates various clauses from federal regulations and emphasizes requirements for confidentiality and Indian preference in contracting. This Order for Health Services is a critical instrument for ensuring that health services to eligible patients meet legal and regulatory standards while also safeguarding the interests of the Indian Health Service.
    This document serves as a Professional Medical Provider's Contract Summary Sheet for submission with proposals in the context of federal healthcare services. It requires detailed information from the medical provider, including their facility name, address, contact information, medical specialty, and identification numbers such as EIN, DUNS, and NPI. The sheet confirms the provider's registration in SAM.gov, participation in Medicare, and acceptance of Medicaid patients. Additionally, it prompts the provider to list hospitals where they have admitting or staff privileges and to disclose details if they belong to a group practice. The document emphasizes the importance of accurate information, noting that the EIN or TIN will influence payment processes. Lastly, the provider certifies the truthfulness of the provided data, enabling the Indian Health Service (IHS) to verify this information through relevant agencies. This structured format ensures a comprehensive collection of essential provider data for government contracting purposes, aiming to maintain compliance and quality in healthcare delivery.
    This government document is a certification form intended for medical professionals applying for federal or state grants and contracts. The form requires applicants to provide their educational background, including the institution's name and location, degree obtained, and graduation year. It also asks about their licensing status, specifically whether their medical license has been suspended or revoked, and the details of any active or inactive licenses held in various states. Additionally, applicants must indicate if they are board certified or eligible in a specific medical specialty. The form concludes with a certification statement affirming the accuracy of the provided information, in compliance with the Program Fraud Civil Remedies Act of 1986. Overall, this document serves to verify the qualifications and licensing status of medical providers seeking government funding or contracts, ensuring they meet necessary standards and regulations.
    This document serves as a guide for entities interested in registering to bid for government contracts through the System for Award Management (SAM). It outlines a step-by-step registration process, which includes creating an account, selecting the type of entity, completing essential sections like core data, assertions, representations, and certifications. Key prerequisites for registration include obtaining a DUNS number and providing a Taxpayer Identification Number (TIN). The document clarifies the definitions and distinctions of 'Entities' in SAM and emphasizes that registration is free of charge. It notes that previous registrants in CCR need only create a new account. Support resources are made available through the SAM User Guide and the SAM Help Desk for additional inquiries. This registration is crucial for entities seeking to become eligible for federal contracts and grants, thereby facilitating access to government procurement opportunities.
    The Indian Health Service (IHS) RFP# 75H70725R00008 outlines a contract for Professional Physician and Other Ambulatory Health Care Services for eligible American Indians and Alaskan Natives. The IHS aims to procure specialty healthcare services that are not available through IHS facilities, such as cardiology and general surgery, to be reimbursed at Medicare rates or lower. The contract is a non-personal healthcare agreement that mandates services be provided independently from government oversight. The performance period of the contract is one year, extendable to five years. A detailed fee schedule is included, emphasizing compliance with Medicare-Like Rate (MLR) guidelines. The contract stipulates patient care must be non-discriminatory and sensitive to language and cultural needs. Comprehensive patient care, including emergency services and necessary consultations, is required, with proper documentation and consultations with IHS representatives. The contractor must maintain high standards for quality, confidentiality, and compliance with federal regulations, including handling of medical records and prescriptions. This RFP signifies the IHS's commitment to providing accessible healthcare services to underserved tribal populations while ensuring accountability and adherence to established guidelines in the procurement of healthcare.
    The Albuquerque Area Indian Health Service has issued a Request for Rate Quotation (RQ) associated with Solicitation# 75H70724R00003 for Professional Physician and Other Ambulatory Health Care Services. This RQ is intended for healthcare providers who may not frequently treat patients or prefer not to enter formal contracts, specifically those not willing to accept the Medicare Like Rate as outlined in the 2016 IHS Final Rule. The open RQ will remain active for 12 months until January 4, 2024, encouraging all reasonable offers. Interested parties should submit their completed Rate Quotations to the designated contact at the agency, Patricia Trujillo. The document clarifies that the government is not committed to cover proposal preparation costs and that official financial commitments can only be made by the Contracting Officer. Further inquiries regarding the RQ may be directed to Patricia Trujillo. The document underscores the agency's commitment to facilitating healthcare services for the community while adhering to federal procurement regulations.
    The document outlines the submission requirements for proposals in response to a Request for Proposal (RFP) for Professional Physician and Other Ambulatory Health Care Services. It provides a checklist of mandatory documents that must be included in the proposal, each with specific completion instructions and submission details. Key items include the Standard Form 1449, which must be completed and signed, the business associate agreement, and certifications related to medical licenses and malpractice insurance. Detailed guidance for filling out specific forms is also included to ensure compliance with federal acquisition regulations. This checklist assists vendors in submitting a complete and compliant proposal, facilitating the procurement process for health care services by the government.
    The Albuquerque Area Indian Health Service (AAIHS) has released an open Request for Proposal (RFP), Solicitation No. 75H70724R00003, for Professional Physician and Other Ambulatory Health Care Services. This RFP is valid for 12 months, extending until January 1, 2025, and is accessible on the federal government point of entry website, sam.gov. Proposals must be mailed to the attention of Eric Wright or Patricia Trujillo at the AAIHS office in Albuquerque, New Mexico. Importantly, this RFP does not obligate the government to reimburse proposal preparation costs, and only the Contracting Officer can legally commit government funds associated with this acquisition. For any clarifications or guidance regarding the proposal forms, interested parties can reach out to the provided contact number. This document outlines the procedural standards for acquiring essential health care services within the Albuquerque region, reflecting the government’s efforts to engage contractors in support of public health initiatives.
    The document serves as a Rate Quotation Agreement Checklist for Solicitation #17-242-SOL-00018, outlining the necessary documentation required for submitting a rate quotation for professional physician and ambulatory health care services. It delineates five key document requirements, including a completed rate quotation form, Business Associate Agreement, provider certifications and insurance, a signed amendment to the solicitation, and a W-9 form. Each requirement specifies the number of copies needed and notes the importance of signatures. Additionally, the document allows for electronic signatures and advises retaining a copy for reference. This checklist is crucial for prospective bidders to ensure compliance and completeness of their submissions in accordance with federal requirements for health care services under government contracts.
    The Rate Quotation Agreement Checklist is designed to assist organizations submitting bids for Professional Physician and Other Ambulatory Health Care Services under a specific solicitation. It outlines the essential documents required for submission, emphasizing the need for an authorized signature. Key components include a completed Rate Quotation with a detailed Fee Schedule, a Business Associate Agreement (Appendix D-2), copies of provider certifications and licenses, a signed SF-30 Amendment, and a W-9 form. The checklist specifies that electronic signatures are acceptable and underscores the importance of retaining a copy of the entire agreement package. This document serves as a guide for ensuring compliance with the submission requirements in the context of government Requests for Proposals (RFPs) and grants, facilitating a standardized process for evaluating health care service providers.
    The document outlines a Request for Proposal (RFP) for professional outpatient and inpatient healthcare services from local specialty providers for eligible American Indian and Alaskan Native patients under the Purchased/Referred Care (PRC) program. The Indian Health Service (IHS) intends to contract services that must adhere to Medicare reimbursement rates and encompass a range of specialty services not available through IHS facilities, such as cardiology and surgery. The contract, effective for one year with potential extensions, focuses on non-personal healthcare, emphasizing independence from government oversight in medical decisions. Contractors must comply with quality standards and privacy regulations while providing patient care. Important provisions cover medical necessity, third-party liability, and required qualifications for contractors, including accreditation and insurance. Non-discriminatory practices are mandated, and contractors are to assist patients in obtaining other available coverage sources before IHS funds are utilized. The RFP further details conditions for reimbursement, claim submission processes, and responsibilities of contracting officers and representatives. This RFP reflects the IHS's commitment to integrating appropriate healthcare services for its beneficiaries while maintaining regulatory compliance.
    Lifecycle
    Similar Opportunities
    Pueblo Pintado Health Center Construction
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the construction of the Pueblo Pintado Health Center in Crownpoint, New Mexico. This project involves the construction of a 125,884 square foot facility aimed at enhancing healthcare services for approximately 6,000 American Indian and Alaskan Native residents, with a construction magnitude expected to exceed $10 million. The procurement emphasizes compliance with local regulations, safety standards, and environmental considerations, ensuring the facility meets the healthcare needs of the community while adhering to federal guidelines. Proposals are due by March 7, 2025, following a pre-proposal conference on January 23, 2025, and interested contractors can contact Matt D Sanders at matt.sanders@ihs.gov for further information.
    NON-PERSONAL SERVICE CONTRACT FOR RESPIRATORY THERAPIST
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide non-personal services as a Respiratory Therapist in Shiprock, New Mexico. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires compliance with the Buy Indian Act, mandating that contractors self-certify their status as Indian Economic Enterprises throughout the contract's duration. This service is crucial for delivering essential respiratory care to the Navajo community, ensuring access to specialized health services. Interested parties should contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov or Michael Austin at michael.austin@ihs.gov for further details, with the contract's pricing based on an all-inclusive rate for an estimated 160 service hours per month.
    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.
    After-Hours Nurse Triage Phone Line - Acoma-Cañoncito-Laguna Indian Health Center, Pueblo of Acoma, NM
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide an After-Hours Nurse Triage Phone Line for the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The contract aims to establish a toll-free service managed by Registered Nurses to address health-related inquiries and guide patients toward appropriate care outside of regular business hours, ensuring cultural sensitivity and confidentiality for American Indian/Alaska Native patients. This initiative is crucial for enhancing healthcare access and quality for native populations, with a focus on service quality over cost in the evaluation process. Interested parties must contact Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or call 505-256-6755 for further details, and they should be aware of the Indian Small Business Economic Enterprise (ISBEE) set-aside requirements and the need for registration with the System of Award Management (SAM).
    Non-Personal Healthcare Services for Radiologist at the Gallup Indian Medical Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified sources to provide non-personal healthcare services for one Radiologist at the Gallup Indian Medical Center in Gallup, New Mexico. The anticipated contract will cover a base period from January 1, 2025, to June 30, 2025, with an option for an additional six months, focusing on delivering essential radiology services to the local community. This procurement is part of the Buy Indian Act initiative, which prioritizes Indian economic enterprises, and interested parties must submit a capabilities package by December 2, 2024, to the primary contact, Felecia Chavez, at felecia.chavez@ihs.gov or by phone at (505) 339-7810.
    Sources Sought Notice: Pine Ridge Comprehensive Health Care Facility - Non-Personal Services Outpatient Clinics - Registered Nurse/License Practical Nurse Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS) Great Plains Area, is seeking potential contractors to provide non-personal services for Registered Nurse (RN) and Licensed Practical Nurse (LPN) staffing at the Pine Ridge Comprehensive Health Care Facility in South Dakota. The contract aims to address acute nursing staff shortages by ensuring the provision of qualified nursing personnel capable of delivering a range of outpatient services, including patient assessments, medication administration, and patient education, across multiple locations. This initiative is crucial for maintaining healthcare services for American Indian and Alaska Native populations, emphasizing quality assurance and cultural sensitivity in service delivery. Interested contractors must submit their capability statements by March 5, 2024, to the designated contacts, Ashleigh Yazzie and Wenda Wright, at the provided email addresses, as this notice serves as a market research tool and does not constitute a solicitation.
    NON-PERSONAL SERVICE CONTRACT FOR OPERATING ROOM ASSISTANT (SURGICAL SCRUB TECHNICIAN)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors for a non-personal service contract to provide Operating Room Assistant (Surgical Scrub Technician) services within the Navajo Area Indian Health Service. The contractor will be responsible for delivering care to approximately 201,583 members of the Navajo Nation across facilities in Arizona, New Mexico, and Utah, adhering to established competency standards and operational protocols while ensuring compliance with HIPAA regulations. This opportunity emphasizes the importance of cultural awareness and customer service in healthcare delivery, reflecting the commitment to providing comprehensive health services to American Indian and Alaska Native populations. Interested parties should contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov or Michael Austin at michael.austin@ihs.gov for further details, with the contract set aside for Indian Small Business Economic Enterprises (ISBEE).
    Request for Quote IHS1502887 - Chinle Rheumatology Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for on-site specialty clinic services and telehealth rheumatology physician services at the Chinle Comprehensive Health Care Facility in Arizona. The contract, which will run from April 1, 2025, to March 31, 2028, requires the contractor to conduct quarterly on-site visits, provide telemedicine consultations, and ensure culturally sensitive care tailored to the Navajo community. This initiative aims to enhance healthcare services for American Indians and Alaska Natives, ensuring quality care while adhering to established healthcare standards and government regulations, including HIPAA. Proposals must be submitted via email by 5:00 PM MT on March 6, 2025, and are open to businesses with a size standard of $30 million under NAICS code 561320. Interested parties can contact Tanya Begay at tanya.begay2@ihs.gov or by phone at 928-674-7635 for further information.
    MOD #001 - One (1) Dental Provider - Santa Fe Indian Health Center - Outlying Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a qualified dental provider for the Santa Fe Indian Health Center and its outlying clinics. The procurement involves a firm-fixed-price contract for one dental provider, covering a base year with four optional renewal years, aimed at delivering comprehensive dental services including examinations and restorative procedures. This opportunity is critical for ensuring quality healthcare services to Indian populations, aligning with the IHS's mission to enhance health outcomes in tribal communities. Interested contractors must comply with the Buy Indian Act, self-certify their status as an Indian Economic Enterprise, and adhere to stringent background check requirements. For further details, potential bidders can contact Patricia P Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Sources Sought: 24/7 Nursing Telephone Triage Services for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD.
    Buyer not available
    The Department of Health and Human Services, through 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 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 by American Indian and Alaskan Native patients residing near the Lake Traverse Reservation, ensuring comprehensive patient triage and confidentiality of medical information. This initiative is part of broader efforts to enhance healthcare services for Native American populations while promoting cost-effective care delivery. Interested parties can contact Jeremiah Tsoodle at jeremiah.tsoodle@ihs.gov or by phone at 605-268-2023 for further details regarding this opportunity.