Sources Sought Notice: Ultra Sound Tech at PHC
ID: IHS1506289Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide ultrasound technician services at the Pinon Health Center in Arizona. The procurement involves a Request for Quotation (RFQ) for non-personal services, requiring contractors to deliver comprehensive outpatient diagnostic radiologic services, including patient care, documentation, and adherence to health standards in compliance with federal guidelines. This opportunity is crucial for enhancing healthcare delivery to American Indian and Alaska Native populations, ensuring that services meet rigorous standards of safety and professionalism. Interested vendors must submit their proposals, including technical capabilities and pricing details, by June 6, 2025, with inquiries directed to Whitney Shorty at whitney.shorty@ihs.gov or by phone at 928-725-9806.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the Pinon Health Center outlines the requirements for contracting outpatient Diagnostic Radiologic Technologist services to support the Indian Health Service's mission for American Indians and Alaska Natives. This PWS specifies services, duties, and performance expectations for a Contractor providing ultrasound services, including responsibilities in patient care, documentation, and compliance with health standards. A focus is placed on providing comprehensive sonography for various medical specialties while maintaining patient safety and documentation standards according to established federal guidelines. The Contractor must hold appropriate qualifications, maintain licenses, and adhere to IHS policies, including managing patient medical information in accordance with HIPAA. The PWS also outlines the necessary qualifications for contractors, including educational background, certifications, and a fitness for duty assessment. Performance measures include competency, compliance with clinical standards, patient safety, professionalism, and timely documentation. The document emphasizes the importance of cultural awareness when providing healthcare services. Overall, the PWS serves as a blueprint for contracting services aimed at improving healthcare delivery in Native American populations while ensuring adherence to rigorous standards and accountability in service delivery.
    The Business Associate Agreement (BAA) is established between the Indian Health Service (IHS) and the New Mexico Department of Health (NMDOH), aiming to comply with HIPAA regulations. The BAA outlines the obligations of NMDOH as a Business Associate, detailing how it must safeguard Protected Health Information (PHI) while performing services for IHS. Key provisions include restrictions on the use and disclosure of PHI, the requirement for safeguards to protect electronic PHI, and protocols for reporting unauthorized disclosures and breaches. The agreement also stipulates the responsibilities of IHS as the Covered Entity, ensuring notification of any changes in privacy practices. The terms require that upon termination, NMDOH must handle PHI appropriately, either returning or destroying it as directed. Additionally, the BAA includes provisions for compliance documentation, indemnification, and amendments to stay aligned with applicable laws. Overall, the document emphasizes the importance of patient data protection and regulatory compliance in the context of federal and state healthcare partnerships.
    The document is a combined synopsis/solicitation for a Request for Quotation (RFQ) from the Indian Health Service (IHS) for non-personal services of an Ultrasound Technician at the Pinon Health Center. There is a need for the contractor to provide an all-inclusive hourly rate for approximately 2080 hours over a 12-month period. The offer must include administrative documents, a technical proposal detailing the vendor's capabilities, candidate qualifications, and past performance reports. Price submissions must be detailed, demonstrating how hourly rates are calculated. The evaluation of offers will weigh past performance and technical capabilities more heavily than cost. The solicitation identifies eligibility criteria emphasizing Indian Economic Enterprises, requiring compliance with several federal regulations including the Buy Indian Act. The contractor will be solely responsible for maintaining medical liability insurance and must indemnify the government against any liabilities arising from contract performance. The document outlines specific submission formats, deadlines, and incorporates numerous terms and provisions relating to federal procurement regulations, ensuring compliance and transparency throughout the contract process. Questions regarding the solicitation must be submitted by June 1, 2025, with all proposals due by June 6, 2025.
    The Indian Health Service's Buy Indian Act Representation Form serves as a self-certification tool for Offerors, affirming their status as an "Indian Economic Enterprise" to qualify for federal contracts. This certification is required at three critical phases: when an offer is made, upon contract award, and throughout the contract duration. Should a contractor's eligibility status change during these periods, they must promptly inform the Contracting Officer. The form mandates that successful Offerors also register with the System of Award Management (SAM). Misrepresentations can lead to legal consequences under various U.S. codes. The form includes a section for Offerors to confirm their eligibility status and provides spaces for vital identification information, such as ownership details and Tribal affiliation. Overall, the document underscores compliance and accountability for enterprises looking to participate in government contracts under the provisions of the Buy Indian Act.
    The Performance Work Statement (PWS) outlines the requirements for contracting Non-Personal Services for Diagnostic Radiologic Technologist at the Pinon Health Center under the Indian Health Service (IHS). The primary purpose is to enhance health outcomes for American Indians and Alaska Natives by providing outpatient ultrasound services. Contractors are required to deliver services including various ultrasound studies and support during medical procedures while adhering to IHS standards and protocols. Key requirements for the contractor include maintaining certifications in Diagnostic Medical Sonography, performing within a defined scope of practice, managing patient care, and ensuring documentation aligns with IHS and federal guidelines. The PWS specifies contractor qualifications, insurance obligations, and the process for performance evaluation, emphasizing the need for cultural competence and effective communication with patients. Additionally, it includes provisions for contractor identification, termination conditions, and a performance-based matrix assessing service quality. This PWS reflects the IHS's commitment to delivering culturally sensitive and high-quality healthcare services, demonstrating the government's role in facilitating effective health services for indigenous populations through structured contracts.
    The document addresses the federal government’s procurement and funding processes, specifically focusing on Requests for Proposals (RFPs) and grants at federal, state, and local levels. It outlines the importance of clear documentation, procedural adherence, and compliance with regulatory requirements for prospective vendors and organizations seeking funding opportunities. Key points include the need for thorough project proposals that detail scope, budget, and timelines, aimed at enhancing bid competitiveness. It emphasizes the significance of understanding government procurement regulations, aligning proposals with outlined criteria, and maintaining transparency during the bidding process. The text reinforces that meticulous planning and clarity in proposals are vital for stakeholders to secure funds and deliver effective services in compliance with federal requirements. Ultimately, the document serves as a guide for entities pursuing government contracts and grants, highlighting the critical role of organized documentation and regulatory knowledge in successfully navigating the procurement landscape.
    Lifecycle
    Title
    Type
    Similar Opportunities
    75H70626Q00009-Total Small Business Set-Aside, Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) Services for the Quentin N. Burdick Memorial HealthCare Facility in Belcourt North Dakota.
    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 contract for Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) services at the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. The procurement is a Total Small Business Set-Aside under NAICS Code 561320, requiring all-inclusive pricing that covers travel, lodging, per diem, and taxes, with a contract term consisting of a Base Period and four Option Years. This service is critical for providing essential diagnostic imaging support to the healthcare facility, ensuring compliance with security clearances, including FBI background checks and screenings against the OIG Exclusion List. Interested vendors must submit their quotes by December 16, 2025, at 12:00 pm CST, with quotes remaining valid until March 31, 2026. For further inquiries, contact Jody Keplin at jody.keplin@ihs.gov or by phone at 701-477-8416.
    AMENDMENT NUMBER TWO (2). Firm fixed price, non-personal, commercial medical service purchase order for Radiology Interpretive Services for the Fort Thompson Health Care Center-Indian Health Service, Fort Thompson, South Dakota.
    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 commercial medical service purchase order for Radiology Interpretive Services at the Fort Thompson Health Care Center in South Dakota. The contract will cover a base year plus four option years, requiring all-inclusive pricing for an estimated average of 300 X-ray and 30 Ultrasound interpretive readings per month. This procurement is critical for providing essential radiological services to the community, ensuring timely and accurate medical assessments. Interested vendors must submit their proposals by December 19, 2025, at 12 PM CT, and can direct inquiries to William Kohl at william.kohl@ihs.gov or by phone at 605-742-3686.
    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.
    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.
    KHC BIOMERIEUX SUPPLIES
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to negotiate a non-competitive firm-fixed-price contract for supplies from Biomerieux, Inc. This procurement involves the BioFire RP2.1 Panel and Filmarray GI Panel, which are essential for the Laboratory Department at the Kayenta Health Center in Kayenta, Arizona. These diagnostic supplies play a crucial role in supporting healthcare services within the Navajo Area Indian Health Service. Interested parties other than Biomerieux, Inc. may submit a capability statement to Daisha Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 17, 2025, although the government is not obligated to respond to submissions. The contract will span a base year plus four option years, and eligibility requirements include compliance with the Indian Economic Enterprise definition as outlined in the IHS guidelines.
    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.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for Remote Coding Services for the Albuquerque Indian Dental Clinic. The procurement aims to secure non-personal healthcare services that include professional billing and coding, with a focus on maintaining a 95% accuracy rate and ensuring timely turnaround for coding tasks. These services are critical for the efficient management of clinical visits, accurate diagnostic coding, and compliance with data privacy regulations such as HIPAA. Proposals are due by December 19, 2025, at 12 PM MT, and interested offerors must contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further inquiries. The contract will be awarded as a firm-fixed-price purchase order for one base year with four optional renewal periods, and eligibility requires registration in the System for Award Management (SAM).
    Rental and Support for Pharmacy Will Call Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to lease, install, and support a Pharmacy Will Call Management System for the Lawton Indian Hospital and Anadarko Indian Clinic in Oklahoma. The system must utilize RFID and barcode technology to enhance medication dispensing accuracy, facilitate audits, ensure secure storage of controlled substances, and integrate with existing electronic health record systems, while also complying with HIPAA regulations. This procurement is crucial for improving pharmacy operations and ensuring the safety and efficiency of medication management within federal IHS sites. Interested parties can contact Audrey Yackeyonny at audrey.yackeyonny@ihs.gov or by phone at 580-354-5381 for further details regarding the solicitation.
    AMENDMENT 001 - Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Indian Health Service (IHS), Albuquerque Area Office, is soliciting proposals for four Medical Assistants to support the Santa Fe Indian Health Center and its three satellite clinics in New Mexico. The Medical Assistants will be responsible for essential healthcare services, including patient screenings, specimen collection, vaccination assistance, and various administrative tasks, with shifts varying between 8 and 10 hours, Monday through Friday. This procurement is critical for maintaining healthcare services in the region, and the contract will be awarded as a Firm-Fixed-Price purchase order for a base year with four option years, contingent on satisfactory performance. Interested offerors must submit their proposals by January 2, 2026, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Sources Sought - Medical Physicist Services for the Cheyenne River Health Center, Eagle Butte, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Medical Physicist Services for the Cheyenne River Health Center located in Eagle Butte, South Dakota. The primary objective of this procurement is to ensure compliance with radiation protection standards through the provision of services by a Qualified Medical Physicist, who will oversee equipment inspections, acceptance testing, and radiation safety protocols. This opportunity is particularly significant as it aims to enhance the quality of healthcare services provided to the local community, ensuring that medical imaging equipment meets established safety and operational standards. Interested parties must submit their capability statements via email to Jordyn Brown by December 18, 2025, at 1:00 PM Mountain Time, referencing Sources Sought Number IHS1519229, and must also self-certify as an Indian Economic Enterprise under the Buy Indian Act.