Remote Clearinghouse Services -Ute Mountain Ute Health Center - Towaoc, CO
ID: 75H70725Q00066Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

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

    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for Remote Clearinghouse Services for the Ute Mountain Ute Health Center located in Towaoc, Colorado. The primary objective of this procurement is to establish a subscription service that facilitates eligibility verification and serves as a lookup tool for processing claims, with an estimated annual claims volume of approximately 14,400. This initiative is crucial for enhancing operational efficiencies in healthcare funding resources, particularly for managing third-party insurance claims. Interested vendors must submit their proposals via email by 5:30 PM MDT on April 11, 2025, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Ute Mountain Ute Health Center (UMUHC) has issued a Request for Quotation (RFQ) No. 75H70725Q00066 for Remote Clearinghouse Services, with a contract period spanning from May 1, 2025, to April 30, 2030. The RFQ outlines a structured pricing approach for potential vendors, detailing a base year and four option years, each requiring a monthly cost that is to be multiplied by twelve to determine the total annual price. The document specifies that the pricing should be all-inclusive, covering all associated fees, taxes, and costs related to the services offered. Vendors have the flexibility to provide their quotations in a fillable table or their own format, allowing for adaptability in their pricing structures. The overall intent of this RFQ is to solicit competitive bids to identify a qualified provider for remote clearinghouse services, ensuring compliance with government standards and effective service delivery to support healthcare operations.
    The Indian Health Service (IHS) document outlines the self-certification process for Offerors under the Buy Indian Act, which requires that enterprises meet the definition of an "Indian Economic Enterprise" at the time of proposal submission, contract award, and throughout the contract's performance period. Offerors must declare their eligibility and provide written notification to the Contracting Officer if they no longer meet these criteria. The document emphasizes the importance of honesty in submissions, indicating that false claims can lead to legal penalties under U.S. law. Furthermore, successful Offerors must be registered with the System of Award Management (SAM). The representation section is designed for Offerors to confirm their ownership status and provide relevant business information, reinforcing compliance and accountability. Overall, the document serves to ensure that contracts under the Buy Indian Act are awarded to qualified Indian enterprises, promoting the economic participation of Indigenous communities in federal contracting.
    The RFQ No. 75H70725Q00066 seeks proposals for Remote Clearinghouse Services for the Ute Mountain Ute Health Center in Towaoc, Colorado. The primary objective of the contract is to establish a subscription service that facilitates eligibility verification and serves as a lookup tool for processing claims. It is clarified that the government does not expect the contractor to provide human resources for claims processing or to manage the software. The estimated annual claims volume is approximately 14,400, correcting an earlier misstatement of 9,600. Currently, a process with Inovalon is in place for claims submission and verification, and the RFQ aims to explore the possibility of transitioning to a new contractor to commence once the existing contract ends. This inquiry into remote service capabilities emphasizes an intention to enhance operational efficiencies while maintaining existing processes.
    The document outlines a Request for Quotation (RFQ) by the Department of Health and Human Services, specifically for Remote Clearinghouse Services to support the Ute Mountain Ute Health Center in Towaoc, Colorado. The RFQ is expected to result in a firm-fixed price contract starting May 1, 2025, encompassing a base year and four additional option years. The services aim to facilitate eligibility verification and claims submission for third-party insurance resources, tracking approximately 500 Medicare claims and 300 commercial claims monthly. This initiative aligns with the Indian Health Service's goal to maximize healthcare funding resources. The RFQ includes detailed instructions for potential bidders, emphasizing the need for a technical proposal, past performance documentation, and a price quote. It outlines evaluation criteria that prioritize technical and past performance factors over cost. The document confirms that submissions must be compliant with specific federal procurement regulations and provide a structured approach to the contracting process. Notably, it supports small businesses through a set-aside structure favoring Indian Small Business Economic Enterprises and presents detailed invoicing, payment instructions, and contract clauses applicable to this solicitation.
    The document details Amendment No. 0001 to solicitation number 75H70725Q00066 issued by the Department of Health and Human Services (DHHS) for a firm-fixed price contract regarding Remote Clearinghouse Services for the Ute Mountain Ute Health Center in Towaoc, Colorado. The amendment highlights the importance of acknowledging receipt of the amendment by offerors, which must be submitted by the specified deadline to avoid rejection. The project is set to commence on May 1, 2025, with a duration of one base year and four additional option years. Notably, the solicitation includes a cascading set-aside provision under the Buy Indian Act, prioritizing offers from Indian Small Business Economic Enterprises (ISBEEs), followed by other small business concerns if necessary. Additionally, the amendment incorporates a Q&A section for clarification. All existing terms and conditions remain in effect except as modified by this amendment, emphasizing the structured approach to solicitations in government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    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.
    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.
    Sources Sought - FYSU Cloud Web-Based Inventory Management System Service
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide a cloud-based inventory management system for the Fort Yuma Health Care Center (FYHCC) in Winterhaven, California. The required system must include features such as real-time inventory tracking, automated purchasing workflows, electronic requisitioning, barcode and mobile scanning capabilities, and customizable reporting and analytics, along with comprehensive implementation services, training, and ongoing technical support. This procurement is crucial for modernizing inventory management operations within the healthcare facility, ensuring efficient and effective service delivery. Interested vendors must submit their qualifications, including a completed Indian Economic Enterprise Representation form, by December 24, 2025, at 1 PM EST, and can contact Minkyu Kim at minkyu.kim@ihs.gov for further information.
    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.
    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.
    Firm-Fixed-Price Hillrom Centrella Beds for CRHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm-fixed-price contract to purchase two Centrella Hillrom beds for the Cheyenne River Health Center located in Eagle Butte, South Dakota. This procurement is a 100% Small Business Set-Aside under NAICS Code 339112, focusing on the acquisition of new medical equipment to enhance patient care and operational efficiency at the health center. Proposals must be submitted by January 14, 2025, at 2:00 PM CT, and should include comprehensive details such as technical descriptions, pricing, and past performance information. Interested vendors should direct inquiries to Mona Weinman at mona.weinman@ihs.gov, and ensure compliance with registration requirements at SAM.gov and the use of the Invoice Processing Platform for invoicing.
    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.
    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.
    ISBEE Set-Aside: Indian Health Service - Oracle Hyperion Licenses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking quotations for Brand Name Oracle Hyperion Licenses under solicitation RFQ 75H70426Q00007. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) and includes a requirement for both Oracle Essbase Plus and Oracle Hyperion Planning Plus licenses, with a total of 195 perpetual licenses and an option for an additional 75 licenses for each product. The contract will span from January 29, 2026, to January 28, 2027, with four one-year option periods extending to January 28, 2031, and all-inclusive pricing is required. Interested vendors must submit their quotes by December 23, 2025, at 10 AM EST, and any questions by December 17, 2025, to Natasha Bitsoi at Natasha.Bitsoi@ihs.gov.