100% IEE SB/Set-Aside; Firm Fixed-Price (all-inclusive hourly rate) Non-Personal Healthcare Service, ID/IQ Commercial Item Contract to provide Nursing Services (RN, LPN & CNA) at SRSU Fort Yates IHS, located in Fort Yates, ND 58538
ID: RFQ-75H70624Q00070Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEGREAT PLAINS AREA INDIAN HEALTH SVCABERDEEN, SD, 57401, USA

NAICS

Offices of All Other Miscellaneous Health Practitioners (621399)

PSC

MEDICAL- NURSING (Q401)

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, through the Indian Health Service (IHS), is seeking qualified contractors to provide non-personal healthcare services, specifically nursing services (Registered Nurse, Licensed Practical Nurse, and Certified Nursing Assistant), at the Standing Rock Service Unit in Fort Yates, North Dakota. The contract, which is a firm-fixed-price, indefinite delivery/indefinite quantity (ID/IQ) agreement, aims to address the critical need for nursing services in rural areas, particularly in light of the ongoing nationwide nursing shortage. The performance period is set from October 1, 2024, to September 30, 2025, with four optional one-year extensions, and proposals must be submitted by September 16, 2024, at 10:00 AM CT. Interested parties can direct inquiries to Ursula Maslonka at ursula.maslonka@ihs.gov or by phone at 605-226-7274.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation (RFQ-75H70624Q00070) by the Department of Health and Human Services for RN, LPN, and CNA services within the Great Plains Area Indian Health Service. It outlines the amendment details, effective dates, and requirements for contractors to acknowledge receipt of the amendment to avoid proposal rejection. Key considerations raised by potential contractors include the need for clearer specifications on personnel requirements for the estimated total hours of service and the necessity of submitting sensitive personal information forms with proposals. The government clarified that staffing requirements are approximately three each of RNs, LPNs, and CNAs initially, and highlighted the requirement to include various personal identification forms in the proposal submission, emphasizing the importance of protecting personally identifiable information prior to transmission. These requirements indicate the government's focus on ensuring comprehensive compliance before contract awards.
    The document outlines an amendment to solicitation RFQ-75H70624Q00070 regarding nursing services (RN, LPN, and CNA) for the DHHS - Indian Health Service at SRSU Fort Yates, scheduled to be effective from September 10, 2024. It addresses questions posed by potential offerors, clarifying contract requirements, staffing assignments, payment structures, and operational details. Key inquiries include clarification of service hours, staffing distribution across facilities, cultural competency training, and the application of a maximum order limitation set at $10.7 million for the contract. The government emphasizes that proposals will be evaluated based on technical acceptability and cost, following the "Best Value with Lowest Price Technically Acceptable" model. Contractors are advised that most responses can be met with adherence to documented sections in the solicitation, and no formal discussions are considered necessary unless specified. The overall intent of the amendment is to ensure clarity in proposal expectations while facilitating competitive bidding to secure necessary healthcare services in compliance with government standards and local practices.
    The document outlines a Request for Proposals (RFP) for nursing services at the Standing Rock Service Unit (SRSU) within the Indian Health Service (IHS). The RFP seeks contractors to provide Registered Nursing (RN), Licensed Practical Nursing (LPN), and Certified Nursing Assistant (CNA) services to support healthcare delivery in various facilities across North and South Dakota. The contract period is set from October 1, 2024, through September 30, 2025, with four optional yearly extensions. Key highlights include the need for nursing services amidst a nationwide shortage, particularly in rural areas served by the IHS. The RFP emphasizes compliance with healthcare standards, ethical practices, and cultural awareness, given the special relationship between the federal government and Indigenous tribes. Contractor qualifications require a minimum of three years of nursing experience, current licensing, and relevant certifications in life support. The document stresses the importance of safeguarding protected health information under HIPAA and mandates adherence to IHS policies and federal regulations throughout the contract duration. Quality assurance measures will be implemented to evaluate contractor performance, ensuring patient safety and service quality. Overall, this RFP reflects the IHS's commitment to providing culturally competent, quality healthcare services to American Indian and Alaska Native populations.
    Similar Opportunities
    Four (4) Ambulatory Care Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide four Ambulatory Care Registered Nurse Services for the Nursing Division at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract will encompass a 6-month base period with an option for an additional 6-month period, totaling a potential 12-month engagement. These nursing services are critical for supporting the healthcare needs of the local population, and the procurement is governed by the Buy Indian Act, which prioritizes Indian economic enterprises. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm eligibility and experience in similar services.
    Two (2) Emergency Room Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide two Emergency Room Registered Nurse Services at the Northern Navajo Medical Center located in Shiprock, New Mexico. The procurement aims to fulfill the nursing needs of the Emergency Room department for a contract period of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is critical for ensuring adequate healthcare services in the region, particularly under the Buy Indian Act, which prioritizes Indian economic enterprises in federal contracts. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience in similar services.
    One (1) Inpatient Pediatric Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide one Inpatient Pediatric Registered Nurse for the Northern Navajo Medical Center located in Shiprock, New Mexico. The contract will cover a 6-month base period with an option for an additional 6-month period, totaling a potential 12-month engagement. This service is critical for supporting the nursing division within the inpatient pediatrics department, ensuring quality healthcare delivery to the community. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm eligibility under the Buy Indian Act and other relevant qualifications.
    One (1) Advanced Practice Nurse (Nurse Anesthetist) Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified sources to provide Advanced Practice Nurse (Nurse Anesthetist) Services for the Clinical Division at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. The procurement aims to fulfill a critical need within the anesthesiology department, with an anticipated contract duration of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is part of the IHS's commitment to supporting Indian Economic Enterprises under the Buy Indian Act, emphasizing the importance of compliance and certification for interested parties. Interested vendors must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience.
    Non-Personal Service contract for Nocturnist Physician Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide Non-Personal Service Contract for Physician Nocturnist Services at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract aims to fulfill healthcare needs for American Indians and Alaska Natives during nocturnal hours, requiring contractors to deliver comprehensive medical services while adhering to strict performance standards and cultural sensitivities. Interested vendors must submit their proposals, including pricing and candidate qualifications, by September 18, 2024, and ensure compliance with the Buy Indian Act, as only offers from Buy Indian small businesses will be accepted. For inquiries, contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov.
    Firm Fixed-Price, Non-Personal Healthcare Service, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ), Contract to provide Medical Laboratory Technologist Services for the Rosebud IHS Hospital, Rosebud, South Dakota
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm Fixed-Price, Non-Personal Healthcare Service contract to provide Medical Laboratory Technologist Services at the Rosebud IHS Hospital in South Dakota. The contract aims to secure up to 12 qualified medical technologists to deliver comprehensive laboratory services from October 15, 2024, to October 14, 2025, with the potential for four additional option years, emphasizing the importance of culturally competent care for the Native American community. The total contract value is capped at $7.5 million over five years, and interested contractors must submit their proposals by October 1, 2024, while ensuring compliance with health care standards and maintaining staffing levels. For further inquiries, contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    Medical and Dental Coding, Auditing, and Data Entry Services
    Active
    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, Non-Personal Service Contract to provide Medical and Dental Coding, Auditing, and Data Entry Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with an initial performance period of one year and four optional renewal years, emphasizing the importance of accurate coding and auditing in delivering high-quality healthcare services. Interested vendors must submit comprehensive proposals that include pricing, technical specifications, and compliance with security requirements, with the selection process based on a Lowest Price Technically Acceptable (LPTA) methodology. For further inquiries, potential offerors can contact Wenda Wright at wenda.wright@ihs.gov or by phone at 605-226-7724.
    Physician Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking proposals for physician services at the Tohatchi Health Center in New Mexico. The procurement aims to secure non-personal healthcare services, including family medicine, internal medicine, and pediatric care, for the period from January 1, 2025, to December 31, 2025. This opportunity is particularly significant as it is set aside for Indian-owned Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to providing quality healthcare to Indigenous populations while adhering to federal regulations. Interested parties must submit their quotes by September 18, 2024, and can direct inquiries to Misty Billy at Misty.Billy@ihs.gov or by phone at 505-399-0177.
    Physical Therapist Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Physical Therapist Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. This opportunity involves a Firm Fixed-Price, Non-Personal Healthcare Service contract structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a performance period of one year and four optional years, aimed at enhancing healthcare delivery to Native American communities. Interested small businesses under NAICS Code 621340 must comply with various regulatory requirements, including background checks and credential verification, and are encouraged to submit their proposals via email by the specified deadline. For further inquiries, interested parties can contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.