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
    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.
    PM Service Agreement for GE AMX 240 Mobile X-Ray System & GE FlashPad HD Detector-SS
    Health And Human Services, Department Of
    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).
    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.
    Diagnostic Reference Laboratory Testing Services
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Phoenix Area Office, is seeking qualified firms to provide diagnostic reference laboratory testing services, focusing on non-emergent cancer and infectious disease testing. The contractor will be responsible for off-site testing, including cellular and molecular analysis, with a requirement for a comprehensive test catalog, quick turnaround times, and secure result disclosure. This opportunity is crucial for ensuring timely and accurate diagnostic services for the Phoenix Indian Medical Center, with the contract expected to span a base year and four one-year options. Interested firms must submit a capability statement to Dale C Clark at dale.clark@ihs.gov, as this is a sources sought notice and not a solicitation for quotes or pricing.
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    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.
    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).
    Mobil MRI Services Extended at Cheyenne River Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to modify and extend the current contract for Mobil MRI Services at the Cheyenne River Health Center in Eagle Butte, South Dakota. This extension is intended to cover an additional month of service, ensuring continued access to essential radiology services for the local community. The provision of these medical services is critical for the health and well-being of the population served by the health center. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605/964-0605 for further details regarding this opportunity.
    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.
    KHC Dental Laboratory Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for dental laboratory services for the Kayenta Health Center in Kayenta, Arizona. The contract requires a qualified contractor to provide a comprehensive range of off-site dental laboratory services, including fixed, removable, and implant prosthodontics, as well as adjunct services like night guards and retainers, to support the Kayenta Alternative Rural Hospital, which serves a population of approximately 20,000 in a remote area. This Total Small Business set-aside solicitation will remain open for quotes until December 24, 2025, at 12:00 PM (ET), with the contract expected to span a base year from January 1, 2026, to December 31, 2026, and two additional option years through December 31, 2028. Interested parties can contact Daisha Richards at Daisha.Richards@ihs.gov or by phone at 928-697-5076 for further information.
    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.