Solicitation 75H70725Q00091_Medical Coding Services for Zuni Comprehensive Community Health Center
ID: Solicitation_75H70725Q00091Type: Solicitation
Overview

Buyer

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

NAICS

Other Accounting Services (541219)

PSC

MEDICAL CODING AND AUDITING (Q601)

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 soliciting proposals for Remote Medical Coding Non-Personal Healthcare Services for the Zuni Comprehensive Community Health Center in Zuni, New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, aiming to secure a single award for medical coding services that adhere to compliance and quality standards. The selected contractor will be responsible for accurate coding tasks across various healthcare settings, with a focus on maintaining service quality and meeting productivity metrics. Proposals are due by August 8, 2025, at 03:00 PM (MT), and interested parties should contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Business Associate Agreement (BAA) between the Indian Health Service (IHS) and a designated business associate is a legal document mandated by HIPAA regulations. It establishes the obligations of the business associate in safeguarding Protected Health Information (PHI) while performing services for the IHS. Key points include the obligation of the business associate to comply with HIPAA rules, safeguard PHI through appropriate measures, report unauthorized uses or disclosures promptly, and provide individual access to their PHI. The agreement outlines permitted uses and disclosures of PHI, requiring adherence to minimum necessary standards and stipulating conditions for reporting breaches. Provisions also cover the responsibilities of the IHS as the covered entity, including providing notice of privacy practices and understanding limitations affecting the use of PHI. The agreement includes termination clauses for non-compliance, obligations upon termination regarding PHI retention, and requirements for indemnification in case of legal actions against the business associate. Overall, the BAA reinforces regulatory compliance and establishes a framework for protecting sensitive health information as part of the services rendered to the IHS, reflecting the government's commitment to upholding health information privacy standards through contractual agreements in response to federal regulations.
    The document outlines the requirements under the Buy Indian Act for enterprises seeking to participate in governmental solicitations, specifically targeting "Indian Economic Enterprises." The Offeror must self-certify that they meet the criteria of an Indian Economic Enterprise—defined by Indian ownership—throughout the solicitation process, from submission to the contract's completion. Any changes in eligibility must be reported to the Contracting Officer immediately to avoid penalties under federal law. Additionally, the successful Offeror must be registered in the System of Award Management (SAM). False or misleading representations during the application process carry significant legal consequences, potentially leading to prosecution. This document emphasizes adherence to regulatory standards designed to support Indian-owned businesses in federal procurement processes while ensuring transparency and compliance with the law.
    The Addendum to Declaration for Federal Employment (OF 306) mandated by the Indian Health Service pertains to employment applications for positions involving child care services. This document outlines specific legal requirements related to criminal history checks for individuals applying for roles that involve contact with children under 18, as mandated by the Crime Control Act of 1990 and related legislation. Applicants must answer questions about past arrests or convictions related to crimes involving children or violence. A satisfactory background investigation, including a criminal history check, is necessary for employment eligibility in these positions. The document stresses the importance of safety and compliance in hiring practices, ensuring that candidates meet established minimum standards of character. Applicants certify their responses under penalty of perjury, indicating the seriousness of the information provided. This process underscores the Indian Health Service's commitment to safeguarding vulnerable populations.
    The document pertains to a Past Performance Survey related to a federal solicitation for Remote Medical Coders Services issued by the Indian Health Service under the Department of Health and Human Services. The survey aims to assess a contractor’s past performance through specific questions addressing contract type, goals, patient demographics, staffing, planning levels, and timeline adherence. The survey is structured to provide measurable ratings on quality of service, cost control, timeliness of performance, business relations, and customer satisfaction. Ratings range from Excellent to Unacceptable, reflecting performance relative to contractual requirements. The survey emphasizes the importance of compliance, accuracy, effectiveness, timeliness, and management relations to ensure contractor accountability and satisfaction among government clients. The comprehensive nature of the survey indicates its role in evaluating potential contractors for future government projects, ensuring they meet established standards and are capable of providing required services effectively.
    The solicitation document outlines a Request for Proposals (RFP) aimed at supporting various federal and state/local grant initiatives. It serves to invite qualified organizations to submit proposals addressing specified needs within the outlined project scope. Key sections of the document include detailed criteria for proposal submissions, evaluation benchmarks, and compliance requirements illustrating necessary qualifications for applicants. Potential contractors are encouraged to detail their experience, capabilities, and how their proposed solutions meet the outlined objectives. The document emphasizes the importance of adhering to deadlines and submission guidelines to ensure consideration. A focus is placed on fostering innovative approaches that align with government priorities, thereby enhancing efficacy in service delivery. Overall, the purpose of the solicitation is to facilitate a structured process for obtaining proposals that can effectively address public sector challenges while ensuring accountability and transparency in the award of grants and contracts. This RFP is part of a broader strategy to engage with community stakeholders and improve service provision through targeted funding opportunities.
    The document outlines Amendment 0001 to a solicitation, providing additional questions and answers related to a federal procurement process. Key issues addressed include clarification on potential onsite requirements, confirmation of the period of performance start date, and contractor qualification necessities. Specifically, it confirms that while certifications are mandatory, extensive experience does not substitute for them. It also specifies that the government anticipates starting with four coders based on current and foreseeable needs. Additionally, the amendment denies a request concerning evaluating past performance but grants an extension for stakeholders to review the new information. This document is part of a broader effort to ensure clear communication and facilitate compliance during the procurement process.
    The federal solicitation expands its timeframe with Amendment 0001, extending the proposal submission deadline to August 8, 2025, at 03:00 PM (MT), while also providing responses to vendor inquiries. The opportunity relates to coding services, with no current incumbent contractors, and specifies that providers must independently supply their own equipment. Coders will perform coding tasks only, without additional responsibilities for billing claims, across various healthcare settings excluding inpatient and surgical coding. Expectations include accurate documentation and adherence to quality standards while using specified coding systems. The document clarifies that productivity metrics are based on completed coding actions, yet does not encompass inefficiencies like merging or incomplete reviews. Overall, one vendor will be selected based on a combination of technical capability, past performance, and pricing realism while maintaining service standards. This solicitation underscores the importance of realistic cost proposals amid previous challenges faced in contract awards.
    The document pertains to an amendment of solicitation 75H70725Q00091 issued by the Department of Health and Human Services’ Indian Health Service (IHS) for Remote Medical Coding Non-Personal Healthcare Services at Zuni Comprehensive Community Health Center in Zuni, New Mexico. This solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE), in accordance with the Buy Indian Act. The amendment, effective until August 08, 2025, at 03:00 PM, modifies the contract by extending the proposal submission deadline and providing answers to questions received. Interested parties must submit specific documentation, including technical qualifications, past performance records, a price quote, and other forms. The document emphasizes adherence to submission deadlines and procedures to avoid rejection. The solicitation includes details on the NAICS code, relevant size standards, and instructions for querying the IHS. It encapsulates the government procurement process focused on promoting small businesses within Indian communities.
    The Indian Health Service (IHS), under the Department of Health and Human Services (DHHS), has issued solicitation 75H70725Q00091 for Remote Medical Coding Non-Personal Healthcare Services at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) under the Buy Indian Act. The contract consists of a one-year base period plus four additional one-year option periods, aimed at securing a single award for medical coding services. Applicants must submit technical qualifications, past performance documentation, a price quote, and a completed Indian Economic Enterprise Representation form. The firm-fixed-price contract will encompass all necessary taxes and fees. Coders will need to work remotely while adhering to various compliance and reporting standards, including background checks and secure access to IHS's network for patient health data. The Contractor will be evaluated continually to ensure service quality, with performance assessments influencing future contracting decisions. This solicitation reflects the government’s commitment to utilizing small businesses while fulfilling specific health service requirements in a culturally sensitive environment.
    Similar Opportunities
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for four Medical Assistants to serve at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The Medical Assistants will be responsible for various patient care tasks, including screenings, specimen collection, vaccination assistance, and phlebotomy, with a requirement for candidates to have relevant qualifications and certifications. This procurement is part of a Buy Indian Set-Aside initiative, emphasizing the importance of supporting Indian Small Business Economic Enterprises, and will result in a single award with a base year and four option periods based on performance. Interested offerors must submit their proposals by January 2, 2026, 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.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    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.
    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.
    Gallup Service Unit & Shiprock Service Unit: Nurse Advice/Nurse Triage Telephone Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Nurse Advice/Nurse Triage Telephone Services for the Gallup and Shiprock Service Units in New Mexico. The contract will provide non-personal nurse triage services to support healthcare delivery for American Indians and Alaska Natives, with a performance period starting December 1, 2025, and extending through November 30, 2030, including a base year and four optional one-year periods. This service is critical for ensuring timely and effective healthcare access, requiring a dedicated call center capable of handling a minimum of 60 calls daily, with specific performance metrics for call handling and language interpretation. Interested vendors must submit their proposals in PDF format by December 9, 2025, at 1:00 P.M. MST, and can direct inquiries to Adrian Segay at Adrian.Segay@ihs.gov.
    NNMC, Request for two (2) Non-PSC Inpatient Pediatrics RN Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for two Non-Personal Healthcare Services in the form of Inpatient Pediatric Nurses at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract encompasses a base period of six months, starting from January 1, 2026, with the possibility of extending through four additional six-month option periods, potentially lasting until June 30, 2028. These nursing services are critical for providing quality healthcare to pediatric patients in the region, and the procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561320. Interested contractors must comply with various federal regulations, including medical liability insurance requirements and submission protocols, and should direct inquiries to Matthew Atcitty at matthew.atcitty@ihs.gov.
    Zuni Roof Replacement and Fall Protection Construction
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. This project aims to replace the existing roofing systems and install a fall protection system, with a construction magnitude estimated between $1,000,000 and $5,000,000, and a performance period of 180 calendar days. The procurement is a total small business set-aside, emphasizing the importance of adhering to safety protocols and minimizing disruption to facility operations during construction. Interested contractors must submit their proposals by December 16, 2025, and can reach out to primary contact Daniel Cotto at daniel.cotto@ihs.gov or 240-461-7841 for further information.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 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.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Buyer not available
    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.
    PM Service Agreement for GE AMX 240 Mobile X-Ray System & GE FlashPad HD Detector-SS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide service and maintenance for the GE AMX 240 Mobile X-Ray System and GE FlashPad HD Detector at the Zuni Comprehensive Community Health Center in New Mexico. The procurement aims to establish a service agreement that includes preventative maintenance, unscheduled repairs, software updates, and compliance with industry standards, ensuring the equipment operates effectively and safely. This opportunity is particularly significant as it supports healthcare delivery in Indian communities, emphasizing the importance of reliable medical equipment. Interested parties must submit their responses, including a capability statement and the Indian Small Business Economic Enterprise (ISBEE) representation form, to Shannon Eldridge-Shorty by December 15, 2025, at 03:00 PM (MT).
    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.