RFI Billings Area Wide Tele Emergency/Tele Behavioral Services
ID: 75H70925Q00003Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBILLINGS AREA INDIAN HEALTH SVCBILLINGS, MT, 59107, USA

NAICS

Offices of Physicians, Mental Health Specialists (621112)

PSC

MEDICAL- PSYCHIATRY (Q519)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service's Billings Area Office, is seeking industry input through a Request for Information (RFI) regarding the upcoming solicitation for tele-emergency and tele-behavioral health services. The objective of this RFI is to gather feedback on the contract structure, unit billing methodologies, and the draft Performance Work Statement (PWS) to enhance the quality and effectiveness of telehealth services for Native American populations in Montana and Wyoming. These services are crucial for improving healthcare access, reducing patient travel, and ensuring high-quality care through effective communication and coordination between contractor personnel and IHS staff. Interested parties are invited to submit their responses by March 17, 2025, to Johnna Spotted at Johnna.Spotted@ihs.gov, and should include their company information, qualifications, and responses to the specified questions.

    Point(s) of Contact
    Files
    Title
    Posted
    The Billings Area Office (BAO) of the Indian Health Service (IHS) seeks a contractor to provide telehealth services, specifically in tele-emergency and tele-behavioral health, to improve healthcare access for Native American populations in Montana and Wyoming. The contractor will manage the planning, implementation, and delivery of these 24/7 services, aiming to reduce patient travel and enhance care quality. Key responsibilities include the provision of emergency consultations, behavioral health screenings, documentation in the IHS electronic health record system, and training support for IHS staff. The contractor must ensure that all personnel are appropriately credentialed and culturally competent. Regular quality assurance evaluations will be required to monitor performance standards, ensuring compliance with federal regulations and healthcare best practices. Furthermore, the document outlines stringent security measures, including a federal background investigation for contractor staff. The RFP highlights the necessity for effective communication and ongoing coordination between contractor personnel and IHS staff, emphasizing the importance of patient safety and the quality of care provided. The overarching aim is to leverage telehealth solutions to create a more efficient and accessible healthcare system for eligible Native American beneficiaries.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Billings Area Wide Tele-Radiology Interpretation Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses to provide Teleradiology Interpretation Services for the Billings Area Indian Health Service. This procurement involves a Firm Fixed Price contract covering multiple service units, including Blackfeet, Crow, Fort Belknap, Fort Peck, Little Shell, and Northern Cheyenne, with expected teleradiology reads specified over a contract period from June 2025 to May 2030. The services are crucial for enhancing healthcare delivery in these communities through improved diagnostic imaging capabilities. Interested vendors should reach out to Johnna Spotted at johnna.spotted@ihs.gov or DeeAndra Salabye at DeeAndra.Salabye@ihs.gov for further inquiries regarding the solicitation process.
    Billings Area Sole Source Tele-Medicine Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is planning to award a sole source contract for telemedicine services to Avel ECARE, LLC, for the Billings Area Indian Health Service locations in Montana. The contract aims to ensure continuity of mission-critical patient care by providing telemedicine services across several service units, including Browning, Crow, Fort Belknap, Fort Peck, Little Shell, and Northern Cheyenne. This procurement is crucial for maintaining healthcare access in these areas while a longer-term contract is being developed. Interested firms that can provide similar telemedicine services and are cleared for immediate operations are encouraged to express their interest within five days of this notice. The period of performance for this contract is set from April 1, 2025, to July 31, 2025, and inquiries can be directed to Johnna Spotted at Johnna.Spotted@ihs.gov.
    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.
    Telecommunication Service at Pryor Health Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for telecommunication services at the Pryor Health Clinic in Montana. The objective of this procurement is to secure local and long-distance wired telecommunication services, which are essential for the clinic's operations, from Lumen Technologies Government Solution, the only provider with the necessary infrastructure in the area. Interested parties who believe they can meet these requirements are invited to submit a statement of capabilities to Brittany Bends at Brittany.Bends@ihs.gov, as this notice does not constitute a solicitation for competitive quotes. The contract will be awarded under the authority of FAR Part 6.302-1, and any costs incurred in response to this announcement will not be reimbursed by the Government.
    Third Party Revenue Management Solutions for Gallup Indian Medical Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Third Party Revenue Management Solutions for the Gallup Indian Medical Center located in New Mexico. This procurement is part of a Sources Sought notice aimed at identifying potential Indian Economic Enterprises that can deliver essential management support services related to data collection and revenue management. The initiative underscores the importance of enhancing healthcare services for Native American populations by ensuring that contracts are awarded to businesses that maintain Indian ownership, as mandated by the Buy Indian Act. Interested parties should contact Felecia Chavez at felecia.chavez@ihs.gov or call 505-339-7810 for further details and to ensure compliance with the necessary self-certification requirements outlined in the associated documentation.
    SOLICITATION-MAT AND MOP SERVICES FOR PINE RIDGE IHS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for mat and mop services at various facilities on the Pine Ridge Indian Reservation in South Dakota. The procurement aims to secure cleaning services for the Pine Ridge IHS Hospital, Public Health Nursing Building, Diabetes Building, Martin Health Clinic, Kyle Health Center, Kyle Four Directions, and the Kyle Wellness Center, ensuring a clean and safe environment for healthcare delivery. This solicitation is a Request for Quote (RFQ) and is set aside for small businesses, with offers due by 4:00 pm MST on March 28, 2025. Interested vendors should direct inquiries to Mary Baird at mary.baird@ihs.gov or by phone at 605-867-3379, and are encouraged to review the attached documents for detailed requirements and pricing structures.
    Mammography Tracking Program and Service Support for the White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for a Mammography Tracking Program and Service Support for the White Earth Health Center in Ogema, Minnesota. The objective of this procurement is to obtain software and associated services for effective mammography tracking, which includes installation, training, and ongoing support, while ensuring compliance with federal accessibility standards. This initiative is crucial for enhancing healthcare services within the Indian Health Service by integrating advanced technology for better patient management. Proposals are due by March 21, 2025, at 2:00 PM CST, and interested parties should contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further information.
    Sources Sought-Medical Coding Services for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide remote medical coding services for the Zuni Comprehensive Community Health Center in New Mexico. This opportunity is part of a Sources Sought Notice aimed at gathering information to assess the availability of Indian Small Business Economic Enterprises (ISBEE) or other small business concerns that can meet the service requirements. The procurement will involve a base period with four option periods for renewal, emphasizing the importance of these services in supporting healthcare operations within Indian communities. Interested parties must submit their responses, including a capability statement and the completed ISBEE representation form, to Shannon Eldridge-Shorty via email by March 27, 2025, at 03:00 PM (MT).
    Radiology Mobile CT Scanner
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide a mobile CT scanner for the Blackfeet Community Hospital in Browning, Montana. The procurement aims to enhance radiological services by leasing a state-of-the-art 64-slice CT scanner, which must comply with federal and state regulations, and include necessary technical staff and training for hospital personnel. This initiative is part of the Buy Indian Act, prioritizing Indian-owned businesses to ensure they receive at least 51% of the contract earnings. Interested vendors must submit a capability statement by March 21, 2025, demonstrating their qualifications and compliance with eligibility requirements, including registration in the System of Award Management (SAM). For further inquiries, vendors can contact Alta A. Adrian at alta.adrian@ihs.gov.
    RN Services for the Inpatient Department at the Cheyenne River Health Center, Eagle Butte, SD.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified Native-Owned firms to provide Registered Nurse (RN) services for the Inpatient Department at the Cheyenne River Health Center in Eagle Butte, South Dakota. This opportunity is part of a Sources Sought notice aimed at conducting market research to identify potential contractors for a Firm Fixed-Price contract, which will span six months post-award, with RNs operating under clinical supervision to deliver essential healthcare services. The initiative is crucial for enhancing healthcare delivery to American Indians and Alaska Natives, ensuring compliance with licensing and quality standards while maintaining patient confidentiality. Interested parties must respond by March 26, 2025, and direct inquiries to Jordyn Brown at jordyn.brown@ihs.gov or by phone at 605-964-1566, with all respondents required to register in the System for Award Management (SAM) prior to contract award.