BIA Set-Aside: Radiology Technologist
ID: RFP-24-PHX-023Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Outpatient Care Centers (621498)

PSC

MEDICAL- RADIOLOGY (Q522)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a contract to provide Diagnostic Radiologic Technologist-CT services at the Supai Health Clinic in Arizona. The contract aims to address staffing shortages and ensure continuous clinical service over a 12-month base period with four optional extensions, reflecting the unique challenges of recruiting in a remote location. This initiative is crucial for maintaining healthcare access for approximately 1,110 patients annually in the area. Interested vendors must submit their proposals to Jeremiah Murrell at jeremiah.murrell@ihs.gov by September 9, 2024, with a total project budget of $25.5 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for CT-X-Ray Technician services, detailing a rate schedule broken down into base periods and option years. It specifies quantities, units, and anticipated hours for standard work, overtime, on-call duties, and call-backs over a three-year term. Each contractual line item is presented without specified unit prices or total estimates, indicating a placeholder format. The structure emphasizes key components such as fringe benefits, overhead costs, and other direct costs (ODCs) related to travel, subcontracts, consultants, and materials. The summary indicates that while the exact financial implications are not disclosed, the document serves as a framework for cost estimation for the contract related to providing X-ray technician services. The complete cost analytics aim to define a comprehensive understanding of potential expenses associated with fulfilling the required contract terms, thus aiding in budgetary and planning processes related to government health services. Overall, the RFP aims to pre-define the financial scope and structural expectations for procuring medical technical services.
    The Business Associate Agreement (BAA) establishes guidelines between the Indian Health Service (IHS) and a vendor designated as a Business Associate under HIPAA regulations. The document outlines the authority under which the agreement is made, emphasizing the secure handling of Protected Health Information (PHI). It defines key terms, including "Business Associate," "Covered Entity," and standards related to the Master Patient Index. The obligations of the Business Associate include compliance with HIPAA rules, safeguarding PHI and electronic PHI, and reporting unauthorized disclosures or breaches promptly. The Business Associate is required to limit the use and disclosure of PHI to the minimum necessary to perform its functions while ensuring that subcontractors follow similar conditions. Covered Entity responsibilities include providing privacy practices notices and limitations that affect PHI usage. The agreement details termination conditions, including obligations to return or destroy PHI upon contract termination, and includes indemnification clauses related to compliance failures. This BAA is designed to ensure compliance and protection of patient information while defining the operational boundaries and legal responsibilities between the IHS and its business associates in accordance with federal health regulations.
    The Arizona Department of Revenue issued an Exemption Letter to the Department of Health & Human Services, specifically the Phoenix Area Indian Health Service, for the exemption from the Arizona Transaction Privilege Tax and the Use Tax for the period from January 1, 2024, to December 31, 2024. This exemption applies only to specified business classifications, including utilities, restaurant services, and retail, as per the relevant Arizona Revised Statutes. The letter specifies that certain activities remain taxable unless a deduction applies and emphasizes that transactions related to transient lodging or hotels are not included. Additionally, the letter provides exemptions from the Cities Privilege Tax for similar business classifications. The exemption will remain valid unless inaccurate information is found or the organization no longer qualifies as exempt. The organization is required to reapply annually to maintain its exempt status. To substantiate the exempt status, the agency must present a copy of this letter along with an exemption certificate to its vendors. Appendix "A" lists the exempt locations across Arizona operated by the Phoenix Area Indian Health Service, emphasizing the government’s commitment to supporting healthcare services for indigenous populations.
    The Colorado River Service Unit (CRSU) seeks to contract a Diagnostic Radiologic Technologist-CT for a period of one year, with the option to extend for four additional years. This initiative aims to address staffing shortages at the remote Supai Health Clinic in Arizona, which has approximate annual operations involving 1,110 patients. Given the unique challenges of recruiting in a remote location, the contractor will provide flexible, non-personal diagnostic radiologic services based on the fluctuating needs of the clinic. Contractor responsibilities include conducting diagnostic imaging procedures using various specialized equipment, managing patient records via the hospital’s information system, and adhering to established radiation safety standards. Key requirements for candidates include a minimum of one year of experience, specific licensure and certifications, and a state driver’s license. The proposal outlines performance expectations, operational guidelines, coordination with onsite medical staff, and compliance with federal standards. The contractor is also responsible for securing housing and transportation, with a detailed pricing schedule noted to ensure transparency in billing practices. This contract demonstrates the government's ongoing commitment to supporting healthcare access among Native American communities by ensuring that essential medical services are consistently available in remote areas.
    The document outlines the Standard Timesheet for Contract Services used by the Colorado River Service Unit, which is essential for tracking the hours worked by contractors. It requires contractors to certify the accuracy of their recorded hours in accordance with their contractual obligations. The timesheet includes fields for the contractor's name, contract number, the week of service, and detailed logging of daily work hours, including time in, lunch breaks, and time out. Additionally, the form mandates verification by a department receiving official and a contracting officer representative, ensuring accountability and compliance with contract terms. This timesheet plays a crucial role in the administrative process of monitoring contract performance, vital for federal grant and RFP management on both local and state levels, ensuring accurate compensation and adherence to service agreements.
    The Indian Health Service’s Buy Indian Act Representation Form serves as a self-certification document for Offerors asserting their status as an “Indian Economic Enterprise” when responding to solicitations related to federal contracting opportunities. The form requires that this status be maintained from the time an offer is made through the full duration of contract performance, with immediate notification required to the Contracting Officer if eligibility changes. Individual Contracting Officers might request documentation to validate eligibility for contract awards. Any false information submitted can lead to severe legal consequences under 18 U.S.C. and 31 U.S.C. Furthermore, Offerors affirm whether they meet the definition of an “Indian Economic Enterprise” with a certification signature and must be registered in the System for Award Management (SAM). This form is essential in ensuring compliance with legal frameworks designed to support Indian-owned businesses in federal contracting.
    The document outlines the latest wage determination under the Service Contract Act (SCA), specifically Wage Determination No. 2015-5465, Revision No. 25, as issued by the U.S. Department of Labor. Effective from July 22, 2024, it mandates minimum wage and fringe benefits for various occupations in government service contracts, particularly in Coconino County, Arizona. Contractors must pay at least $17.20 per hour for contracts awarded or extended after January 30, 2022, or $12.90 per hour for those awarded between January 1, 2015, and January 29, 2022. The determination includes a comprehensive list of job classifications, wage rates, and fringe benefits such as health and welfare allowances, vacation, and paid holidays for covered workers. Specific stipulations regarding uniform allowances and potential hazards leading to additional pay are also included. Notably, certain occupations are exempt from these wage requirements based on classifications that meet specific criteria set by federal regulations. This document serves as an essential reference for contractors bidding on federal projects, ensuring compliance with wage standards and providing fair compensation for service workers.
    This document outlines the provisions, clauses, terms, and instructions pertinent to a federal contract award under the Indian Health Service (IHS) umbrella. It details contract administration procedures, special requirements for contractors, and the necessary compliance regarding performance evaluations, licensure verification, and quality control. Key sections emphasize the importance of cultural sensitivity for contractors serving diverse patient backgrounds and the mandate for background checks for all employees prior to service provision. Additional stipulations address contractual terms related to payments, including electronic invoicing processes and the prohibition against billing IHS beneficiaries for contracted services. Notably, there are requirements for health and appearance, including immunization documentation and annual training for information technology security. The document further incorporates federal acquisition clauses regarding subcontracting, safety protocols, and compliance with various federal regulations. Overall, this file serves as a comprehensive guide for contractors engaged with the IHS, ensuring adherence to legal standards, performance expectations, and cultural competencies in delivering health services to Native American communities.
    This document outlines a combined synopsis/solicitation for commercial items, specifically a Request for Quotation (RFQ) identified by reference number RFP-24-PHX-023, aimed at Indian Economic Enterprises or Indian Small Business Economic Enterprises. Quotes must be submitted in writing, as oral offers will not be accepted, with an all-or-none approach required for quoting. The award will utilize Simplified Acquisition Procedures, and acknowledgment of a 60-day acceptance period is mandatory. The document includes detailed attachments relevant to the solicitation, such as a rate schedule, business associate agreement, a tax exemption letter, a statement of work, and wage determinations. The NAICS code and size standard were not specified in this instance. Importantly, the total budget for this project is noted to be $25.5 million, further emphasizing the significance of this solicitation for government contracting within specified economic sectors. The overall goal is to foster participation from identified small businesses in federal contracting opportunities.
    The Phoenix Area Indian Health Service has released clarification responses for an RFP regarding the recruitment of a Radiology Technologist. Key inquiries addressed include arrangements for housing and transportation for contracted techs at the Supai location. It confirms that housing is available, with nightly rates starting at $15.15, and outlines expectations for tenants regarding linens. Transportation logistics are primarily the responsibility of the CRSU Supai, with the government ensuring flights are arranged once the technologists are scheduled. The document emphasizes that the government will manage transport, even in cases of uncontrollable circumstances. This response provides essential information for potential vendors, clarifying logistics and responsibilities integral to the contract performance.
    The Phoenix Area Indian Health Service issued a Clarification Response Form regarding RFP-24-PHX-23 for radiology technologist services. The vendor queries covered weekly schedules, accommodation costs, transport arrangements, companion policies, and candidate submission requirements. Key responses indicated that call-back expectations are minimal, with no weekend shifts, and the technologist is expected to arrive Monday and depart Friday, weather permitting. Accommodation rates are about $15 per night in clinic quarters, with higher options available. Helicopter transport is provided for the duration of the assignment, while personal transport to the Hill Top is the contractor's responsibility. Companions are not permitted on campus due to insurance restrictions, and submission of multiple candidates for interviews is encouraged, though only one technologist is needed at Supai clinic currently. This request underscores the health service's commitment to staffing specialized roles efficiently while ensuring compliance with operational protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Non-Personal Healthcare Services for Radiologist at the Gallup Indian Medical Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified sources to provide non-personal healthcare services for one Radiologist at the Gallup Indian Medical Center in Gallup, New Mexico. The anticipated contract will cover a base period from January 1, 2025, to June 30, 2025, with an option for an additional six months, focusing on delivering essential radiology services to the local community. This procurement is part of the Buy Indian Act initiative, which prioritizes Indian economic enterprises, and interested parties must submit a capabilities package by December 2, 2024, to the primary contact, Felecia Chavez, at felecia.chavez@ihs.gov or by phone at (505) 339-7810.
    IAW Buy Indian Act of 1910 for Clinical Laboratory Scientist or Medical Technician Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Clinical Laboratory Scientist or Medical Technician services at the Hopi Health Care Center in Polacca, Arizona. This procurement is set aside for Indian Economic Enterprises in accordance with the Buy Indian Act of 1910, aiming to provide essential laboratory services while promoting participation from Native American firms. The contract will cover a base period from June 30, 2025, to June 29, 2026, with the possibility of four additional option periods, and proposals must be submitted electronically by June 5, 2025, at 3 PM Eastern Time. Interested parties can contact Michele Lodge, Contract Specialist, at Michele.Lodge@ihs.gov or by phone at 702-204-9522 for further information.
    SOURCES SOUGHT IAW BUY INDIAN ACT OF 1910 FOR EMERGENCY DEPARTMENT RN SERVICES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide non-personal professional Emergency Department registered nursing services for the Hopi Health Care Center (HHCC) located in Polacca, Arizona. The procurement aims to address staffing challenges in a remote area by ensuring continuity of care through contracted nursing services, which will include outpatient and emergency care available 24/7. Interested firms must comply with the Buy Indian Act and demonstrate eligibility as an Indian Economic Enterprise (IEE) or Indian Small Business Economic Enterprise (ISBEE), with a response deadline set for May 23, 2025, at 12 PM. For inquiries, potential vendors can contact Michele Lodge, Contract Specialist, at Michele.Lodge@ihs.gov or by phone at 702-204-9522.
    SOURCES SOUGHT IAW BUY INDIAN ACT OF 1910 FOR IPU & OPD RN SERVICES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide non-personal professional inpatient and outpatient registered nursing services for the Hopi Health Care Center in Polacca, Arizona. The contract will cover a base period of 12 months with the possibility of four optional extensions, addressing staffing challenges in a remote location and requiring candidates to have at least two years of nursing experience, appropriate licensure, and certifications in BLS and ACLS. These nursing services are critical for ensuring compliance with standards set by the Indian Health Service and other regulatory bodies, focusing on patient care, medication administration, and documentation requirements. Interested firms must respond by May 23, 2025, at 12 PM, and can contact Michele Lodge at michele.lodge@ihs.gov or 702-204-9522 for further information.
    BLACKFEET HOSPITAL CT ROOM RENOVATION
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the renovation of the CT Room at the Blackfeet Hospital located in Browning, Montana. The project aims to upgrade the existing CT scan room and family room to accommodate a new 128-slice CT scan unit, ensuring compliance with the 2018 FGI Guidelines and enhancing patient care standards. This construction initiative is critical for improving healthcare infrastructure in underserved regions and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals by May 30, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Dialysis machines - self-contained home use and service
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors to provide two NxStage or equivalent dialysis machines and a corresponding service contract for the Whiteriver Indian Hospital in Arizona. This procurement aims to establish local dialysis services to enhance healthcare for American Indians and Alaska Natives, reducing the need for patient transfers to other facilities for hemodialysis. The initiative is critical for improving care for patients with end-stage renal disease and aims to increase the hospital's capacity and revenue while conserving resources. Interested vendors must respond by May 22, 2025, to Phillip Wendzillo at phillip.wendzillo@ihs.gov, and provide their socio-economic status in compliance with SBA size standards, along with certification as a Native-owned business.
    Areawide Optometry PM Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS) Phoenix Area Office, is seeking a contractor to provide preventative maintenance and repair services for optometry equipment across various facilities in Arizona, California, Nevada, and Utah. The objective is to ensure that the optometry equipment operates reliably and meets original equipment manufacturer (OEM) specifications, thereby supporting the healthcare needs of approximately 140,000 Native American users. This contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) model, will last for one year with four optional renewals, and is set to commence on April 1, 2025. Interested contractors must submit their quotations by May 30, 2025, and can direct inquiries to Dale C Clark at dale.clark@ihs.gov.
    OEHE GIS Support Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for Geographic Information System (GIS) Support Services under a single-award Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to enhance the implementation of GIS within the Office of Environmental Health and Engineering (OEHE) Program, which includes tasks such as developing feature service schemas, quality assurance, policy support, application development, and training. This contract is crucial for bolstering public health programs through effective GIS applications and is set aside exclusively for small businesses, with a total funding limit of $9,996,100 over a performance period of up to five years and six months. Interested parties must submit their proposals electronically to Thupten Tsering at thupten.tsering@ihs.gov, adhering to the specified deadlines and requirements outlined in the solicitation documents.
    Sole Source Award
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is issuing a special notice for a sole source award to Rapid Temps, LLC for medical laboratory services at the Hopi Health Care Center in Polacca, Arizona. This interim contract, lasting five months, is critical to ensure uninterrupted diagnostic and analytical services, including body fluid analysis, which are essential for patient care and support at the facility. Interested parties capable of providing these services are invited to submit a capability statement by 10 AM on May 29, 2025, to Michele Lodge, Contract Specialist, at michele.lodge@ihs.gov. The government reserves the right to determine whether to conduct a competitive procurement based on the responses received.
    Crow Service Unit: Mobile Mammography Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide mobile mammography services at the Crow Service Unit in Crow Agency, Montana. The procurement aims to identify vendors capable of delivering diagnostic imaging services, including mobile mammograms and dexa scans, with a focus on supporting indigenous enterprises under the Buy Indian Act. This opportunity is set aside for Indian Economic Enterprises, emphasizing the importance of promoting economic opportunities for Native American communities. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Tanya Azure at Tanya.Azure@ihs.gov by the specified deadline, with the contract duration being one year and four optional years, and a work schedule of two clinics per month.