Mammography Software at PIMC
ID: RFP-24-PHX-14Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE (DH10)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Mammography Software Services at the Phoenix Indian Medical Center in Phoenix, Arizona. The procurement aims to provide non-personal professional services for Mammography Quality Control and Assurance, including software installation, data transfer, and staff training, ensuring compliance with FDA regulations and compatibility with existing systems. This initiative is crucial for enhancing healthcare services for approximately 850,000 annual patient visits across 43 Tribal nations. Interested contractors must submit their proposals electronically by September 19, 2024, and can direct inquiries to Michele Lodge at Michele.Lodge@ihs.gov or Marilyn Duran at Marilyn.Duran@ihs.gov.

    Point(s) of Contact
    Michele Lodge, Contract Specialist
    (702) 204-9522
    (602) 364-5030
    Michele.Lodge@ihs.gov
    Files
    Title
    Posted
    The document outlines the Price/Rate Schedule related to a federal Request for Proposals (RFP) for Mammography Quality Assurance (QA) and Quality Control (QC) software. It specifies costs for the base year and four option years, with all amounts set at $0.00 for the specified units. The schedule includes provisions for software maintenance services and training as specified in the Statement of Work (SOW). Contractors are required to enter a firm fixed hourly rate for estimated hours, which includes licensing, installation, and project management. The proposal must remain valid for 120 days following the solicitation closure. The structure of the document emphasizes budgetary planning and operational transparency in the procurement process, integral to federal and state/local RFPs. This ensures that contractors are aware of their pricing obligations and the need for clear, fixed pricing in their proposals. The overall purpose is to facilitate a structured bidding process while ensuring the government agency receives quality services.
    The document is a Business Associate Agreement between the Indian Health Service (IHS) and a designated vendor, ensuring compliance with the Health Insurance Portability and Accountability Act (HIPAA). It establishes the responsibilities of the Business Associate in safeguarding Protected Health Information (PHI) and outlines the legal framework that governs the use and disclosure of PHI by the vendor. Key obligations include: 1. Maintaining compliance with HIPAA regulations. 2. Implementing safeguards to protect PHI, especially electronic PHI. 3. Reporting any unauthorized use or disclosure of PHI within specified timeframes. 4. Granting individual access to their PHI within five days of request. 5. Ensuring subcontractors adhere to the same privacy standards. The agreement also details termination conditions, requiring the return or destruction of PHI upon contract conclusion and stipulating indemnification for any legal consequences resulting from non-compliance. This document is crucial in reinforcing data security standards in the context of U.S. government RFPs and grants, emphasizing the legal responsibilities of vendors handling sensitive patient information within federal health programs.
    The Arizona Department of Revenue issued an Exemption Letter to the Department of Health & Human Services, specifically the Phoenix Area Indian Health Service, granting tax exemptions for the period from January 1, 2024, to December 31, 2024. As a Qualifying Hospital, this organization is exempt from the Arizona Transaction Privilege Tax and the Use Tax for various specified business classifications, including utilities, restaurant services, and retail, among others. The letter outlines specific statutory references for each exempt classification and stresses that taxable activities outside these classifications remain taxable. Additionally, the exemption extends to certain local city privilege taxes. The organization is required to present this exemption letter and an Arizona Transaction Privilege Tax Exemption Certificate to vendors and must reapply annually to maintain its exempt status. The Exemption Letter is contingent upon the accuracy of the provided information and adherence to applicable Arizona laws. An appendix lists numerous health service locations eligible for the exemption. This documentation is essential for compliance and cost-saving measures for healthcare operations within the region.
    The Phoenix Indian Medical Center (PIMC) is seeking a contractor to provide software for Mammography Quality Control and Assurance, specifically compatible with a Hologic 2D and 3D Dimensions system and the Indian Health Services RPMS and EHR systems. The contract involves the installation of the software, data transfer from existing systems, and training for staff, including Radiologic Technologists and Radiologists. Key requirements for the software include compliance with FDA regulations, the ability to generate various reports, and patient tracking functionalities. The contract is set for 12 months with options to renew annually. The contractor must have a minimum of 5 years of experience in relevant software installation and configuration. The purpose of this RFP is to ensure high-quality mammography services for the healthcare needs of approximately 850,000 annual patient visits across 43 Tribal nations. This request highlights the government's commitment to improving healthcare accessibility and quality through collaboration with specialized contractors.
    The document outlines the contractual terms and provisions for a solicitation by the Indian Health Service (IHS) for services, particularly focusing on quality management in mammography through software installations. It specifies the administration data detailing contractor registration requirements, invoicing protocols, and the responsibilities of both the contractor and government representatives. Key evaluation factors include technical expertise, past performance, and price considerations, highlighting the significance of technical and performance criteria over cost. The contract emphasizes requirements for cultural sensitivity among contractors, ongoing quality control, monitoring, and the importance of complying with federal regulations and executive orders. Various standard clauses are incorporated, including payment terms, liability insurance, and adherence to security and information technology protocols. The document stresses the importance of maintaining confidentiality and compliance with the Privacy Act and safety protocols, notably concerning the COVID-19 safety measures. The period of performance includes a base year and renewable options, underscoring a structured approach to service quality and regulatory adherence.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    IQ View Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for the IQ View Software to Comp-Ray Inc. This software is designed to facilitate the export of radiology exams for patients seeking treatment at other medical facilities, thereby enhancing the efficiency of patient care within the Indian Health Services. The contract will be for a period of five years, with the place of performance located in Phoenix, Arizona, and is being pursued under FAR 6.302-1, which allows for procurement from a single source when no other supplies or services can meet agency requirements. Interested parties are invited to submit capability statements to Jeremiah Murrell at jeremiah.murrell@ihs.gov by 12 PM EST on September 19, 2024, for consideration in the procurement process.
    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.
    Sol_75H70724Q00138_IntelePharmacy Will Call System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the IntelePharmacy Will Call System to enhance pharmacy operations at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The procurement aims to alleviate congestion and improve patient service by implementing a system that manages prescription notifications and will call medication storage, with a contract duration of 12 months and options for renewal. This initiative is crucial for improving operational capacity and integrating technology in healthcare services, ensuring efficient patient care. Interested vendors must submit their proposals, including technical specifications and pricing, by September 30, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) under the Department of Health and Human Services is seeking proposals for Medicare Cost Reporting Services, aimed at supporting the financial management of healthcare services for American Indians and Alaska Natives. The selected contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and ensuring compliance with Medicare and Medicaid regulations, which are critical for the reimbursement processes of over 600 healthcare facilities. This procurement is significant as it underscores the federal government's commitment to maintaining healthcare service levels in underserved populations while ensuring financial accountability. Proposals are due by 07:30 AM (EST) on September 23, 2024, and should be submitted electronically to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 for each option period.
    Sol_75H70724Q00140 Bactec FX Blood Culture System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the acquisition of a Bactec FX Blood Culture System for the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to enhance laboratory testing capabilities, particularly for detecting bacterial infections in blood samples, thereby improving healthcare services in the region. The contract will include a 12-month base period with four optional extension periods, and only one award will be made to the selected contractor. Interested vendors must submit their technical proposals, past performance documentation, and price proposals by October 3, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.
    24/7 Telebehavioral Health Services - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for 24/7 Telebehavioral Health Services at the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement aims to provide mental health services to adolescents suffering from Serious Mental Illness (SMI) and Substance Use Disorders (SUD) through telehealth, thereby enhancing access to care and addressing treatment gaps in the community. This contract, which is a Total Small Business Set-Aside, will be awarded for a base year with four option years, emphasizing the importance of culturally competent care and quality assurance in mental health outcomes for Native American youth. Interested vendors must submit their proposals by 5:30 PM MDT on October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    Mescalero Service Unit Optometrist Non Personal Healthcare Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for non-personal healthcare services in optometry at the Mescalero Service Unit in New Mexico. The primary objective is to procure optometric services to diagnose and treat visual disorders, with contractors expected to operate independently while adhering to industry standards and federal regulations. This procurement is crucial for ensuring quality eye care for American Indian populations, emphasizing cultural sensitivity and compliance with HIPAA guidelines. Interested offerors must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on September 25, 2024, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    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.
    IHS, Pawnee Nephrology Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for nephrology services at the Pawnee Indian Health Center (PIHC) in Oklahoma, with the intent to award a one-year contract. The contractor will provide on-site nephrology care twice a month, with the possibility of adjustments based on patient demand, and must adhere to IHS quality standards and regulatory guidelines. This procurement is crucial for enhancing healthcare services for Native American populations, ensuring comprehensive nephrology care, and maintaining compliance with public health standards. Interested vendors must submit their quotes by 4:00 PM CST on September 5, 2023, to Judy Eaves at judy.eaves@ihs.gov, and the procurement is unrestricted with a focus on promoting participation from small and disadvantaged business enterprises.
    Pine Ridge Radiology Upgrades
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting proposals for the Pine Ridge Radiology Upgrades project located in Pine Ridge, South Dakota, under solicitation number 75H70124R00054. The project entails comprehensive renovations to the radiology department, including the removal and replacement of casework, countertops, flooring, ceiling tiles, and lighting, along with necessary electrical and plumbing upgrades. This initiative is crucial for modernizing healthcare facilities in Native American communities, ensuring compliance with current healthcare standards and technologies. The contract is a 100% Small Business Set Aside, with an estimated value between $250,000 and $500,000, and proposals are due electronically by the specified deadline. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.