Non-Lethal Security Guard Services
ID: 75H71325Q00001Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEINDIAN HEALTH SERVICEPORTLAND, OR, 97209, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for non-lethal security guard services at the Yakama Indian Health Clinic in Toppenish, Washington. Contractors are required to provide up to three trained security personnel to ensure the safety of the facility during operational hours from 7:30 AM to 7:00 PM, five days a week, with a contract duration of one year and options for four additional years. This procurement is critical for maintaining a secure environment within healthcare settings, reflecting the government's commitment to safety and order. Interested firms must submit their quotes by February 28, 2025, at 5:00 PM PST, to Stacy Hill at Stacy.Hill@ihs.gov, and are encouraged to review the attached documents for detailed requirements and pricing structures.

    Point(s) of Contact
    Files
    Title
    Posted
    The Yakama Indian Health Center (YIHC) in Toppenish, Washington, seeks a contractor for non-personal security guard services to protect its facility five days a week. This contract entails providing up to three trained security personnel to ensure the safety of occupants, property, and grounds during operational hours from 7:30 AM to 7:00 PM. Guards must conduct regular patrols, assist at the front desk, respond to emergencies, and maintain law and order. Contractors are responsible for ensuring all security personnel have proper identification, uniforms, and equipment, including Tasers and handcuffs. Security clearances require favorable fingerprint results and compliance with federal and state requirements. Contract administration is detailed, stipulating payment procedures based on hourly rates aligned with the Service Contract Act, requiring regular payroll compliance reporting. The YIHC will evaluate service quality and notify contractors of any needed changes or facility closures. Overall, the document outlines specific expectations and regulations for maintaining security within the YIHC, reflecting the government's commitment to safety and order in healthcare environments.
    The document in question appears to be a corrupted file that contains various internal codes and garbled text, making it largely indecipherable and ineffective for extracting coherent information. It includes various symbols, characters, and repetitive sequences that do not convey clear topics or subjects typically associated with government RFPs, federal grants, or state/local RFPs. Given the context of government files, RFPs (Requests for Proposals) generally involve solicitations for services, projects, or funding, with specific requirements outlined for applicants. However, due to the illegibility of the content, it remains unclear how this file meets those criteria. As it stands, the main focus of the intended document cannot be established, with no identifiable key ideas or supporting details provided in a structured format. Consequently, any attempt at summarizing the fragmented text would fail to accurately reflect the intended subject matter or purpose. This file requires significant decryption or correction to construct a meaningful summary regarding government RFPs or related efforts in accessing federal or state grants.
    The Indian Health Service (IHS), under the Department of Health and Human Services, issued a representation form related to the Buy Indian Act for soliciting offerors. This document requires self-certification from offerors to confirm they qualify as an "Indian Economic Enterprise," a definition stipulated in HHSAR 326.601. Eligible offerors must meet this definition not only at the time of application but also at contract award and throughout contract execution. Should an enterprise fail to maintain these eligibility criteria, they must notify the Contracting Officer immediately. Documentation may be requested to verify eligibility prior to awarding contracts. The form includes a declaration section where the offeror must affirm their status as an Indian Economic Enterprise and requires important details like the 51% owner's name and the business's DUNS number. False or misleading information has legal repercussions under U.S. law. Overall, this form underscores the requirements for participation under the Buy Indian Act, ensuring compliance, registration with the System of Award Management (SAM), and accountability for the successful offerors.
    The document outlines a government Request for Proposals (RFP) for services to be provided to the Yakama Service Unit in Toppenish, Washington, from May 1, 2025, to April 30, 2026, with options for four additional years. The first contract year’s pricing is highlighted, with provisions for price adjustments should the government choose to extend the contract. Specific option years from May 2026 to April 2030 are mentioned, but their costs are yet to be determined. The structure is clear, with Sections defining services, pricing, and contract duration, indicating a formal solicitation for service providers. This RFP serves as part of the federal and state/local contracting process, aiming to secure professional services necessary for the functioning of the Yakama Service Unit while maintaining flexibility through option years that allow for continued partnership. Essential details regarding the contract terms and pricing model illustrate government procurement standards and the necessity for bidders to prepare for variable contract duration and costs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Request for Information at Portland Area Indian Health Center Upgrade/New CCTV & CAS
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking information from qualified vendors for the upgrade and installation of Closed-Circuit Television (CCTV) and Card Access Systems (CAS) at two facilities in the Portland area. The objective of this Request for Information (RFI) is to gather insights on available solutions, technical specifications, pricing structures, and vendor qualifications to assist in the development of a potential future solicitation for these security enhancements. These upgrades are critical for compliance with pharmacy security regulations and to improve overall facility monitoring and incident response capabilities. Interested vendors should submit their responses electronically to Sheila Sells at Sheila.Sells@ihs.gov by December 18, 2025, with all submissions required in PDF format.
    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.
    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.
    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.
    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.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi Phase Door Replacement project located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.
    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 software license for 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 replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes 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, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    AEDs for KHC General Services Department
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking suppliers for Automated External Defibrillators (AEDs) for the Navajo Area Indian Health Service located in Kayenta, Arizona. This procurement is part of a requirement to enhance medical emergency response capabilities within the service unit, emphasizing the critical role of AEDs in saving lives during cardiac emergencies. The Request for Quotations No. 75H71026Q00023 is anticipated to be issued by December 18, 2025, with quotes due by January 5, 2026, at 10:00 AM EDT. Interested vendors must have an active registration in the System for Award Management (SAM) and can direct inquiries to Charity Yellowhair-Gilbert at charity.yellowhair-gilbert@ihs.gov or by phone at 928-697-5070.
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    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.