Unity Healing Center Online Education
ID: 75H71525Q00012Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENASHVILLE AREA INDIAN HEALTH SVCNASHVILLE, TN, 37214, USA

NAICS

Elementary and Secondary Schools (611110)

PSC

EDUCATION/TRAINING- GENERAL (U009)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Unity Healing Center Online Education project, aimed at providing a fully accredited virtual learning model for adolescents at a Residential Treatment Center in Cherokee, North Carolina. The procurement requires the development of an online educational curriculum for grades 6-12, which must include core courses in math, English, science, and social studies, as well as advanced placement and elective options, all tailored to accommodate the diverse educational needs of residents. This initiative is crucial for ensuring that youth in treatment can continue their education effectively, facilitating credit recovery and individual pacing in their studies. Interested parties should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov, with the contract period set from October 1, 2025, to September 30, 2026, and the opportunity is set aside for Indian Economic Enterprises, emphasizing support for eligible small businesses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) from the Nashville Area Office of Indian Health Services, seeking an online educational curriculum for a sixteen-bed adolescent Residential Treatment Center, Unity Healing Center, in Cherokee, North Carolina. The goal is to provide a fully accredited virtual learning model for grades 6-12 that accommodates diverse educational needs and state curricula, allowing residents to progress at their individual pace. Key elements include offering core courses in math, English, science, and social studies, along with advanced placement and elective courses. The program must facilitate credit recovery for students and include certified teachers for live instruction. The contract period spans from October 1, 2025, to September 30, 2026, with four optional extension years. The procurement outlines evaluation criteria, emphasizing technical capability, pricing, past performance, and the potential for evaluated options. The government intends to award a firm fixed-price contract, prioritizing small businesses, particularly those owned by veterans or economically disadvantaged individuals. Compliance with federal invoicing and payment regulations, including electronic submission requirements, is mandated, ensuring accountability and efficiency in processing payments. This RFP emphasizes the commitment to providing adaptive educational resources to support the rehabilitation of the youth served.
    The Indian Health Service (IHS), under the Department of Health & Human Services, issued a self-certification form regarding the "Buy Indian Act." This document is essential for firms participating in solicitations and contract awards under this act. The form confirms that an Offeror qualifies as an “Indian Economic Enterprise,” which must be validated at three key stages: submission of the offer, award of the contract, and throughout the contract's performance. Should an enterprise fail to meet these eligibility criteria at any time, immediate notification to the Contracting Officer is required. It also highlights the necessity of registration with the System of Award Management (SAM) for eligible firms. False information in submissions can lead to severe legal consequences under various federal laws, including potential criminal penalties. The document clearly outlines that the Offeror must declare their compliance with the definition of “Indian Economic Enterprise” and provide necessary information such as ownership details and a DUNS number, specifically indicating the example of Unity Healing Center Online Education's submission. This form is crucial for ensuring that contracts are awarded to eligible enterprises as mandated by federal policy aimed at supporting Indian-owned businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    U--School Counselor
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for a School Counselor position at the Pine Ridge School in South Dakota. The contract, classified as a Firm Fixed Price, aims to provide essential counseling services to a significant K-12 student population, including managing special education plans, thereby enhancing educational support within the community. This opportunity is set aside for Indian Economic Enterprises, emphasizing the importance of compliance with federal regulations and safety protocols, including background checks and health requirements for personnel. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by February 10, 2025, at 10:00 AM Mountain Time; for further inquiries, contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256.
    Unity Healing Center Generator Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for generator maintenance services at the Unity Healing Center located in Cherokee, North Carolina. The procurement involves quarterly maintenance and testing of a Kohler 125KW diesel generator, including monthly functional tests and annual load tests, with a contract period from October 1, 2025, to September 30, 2026, and the possibility of four optional renewal years. This maintenance is crucial for ensuring the continuous operation of the facility, which adheres to safety and operational standards required by the Joint Commission. Interested vendors must demonstrate prior experience with at least three generator maintenance contracts and the ability to respond to service requests within 24 hours. Proposals will be evaluated based on the lowest price technically acceptable (LPTA) criteria, and all inquiries should be directed to Andrew Rhoades at Andrew.Rhoades@ihs.gov.
    Staff Development Training for the AAIHS, OEHE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide staff development training for the Albuquerque Area Indian Health Service (AAIHS) Office of Environmental Health and Engineering (OEHE). The primary objective of this initiative is to enhance leadership, management, personal, and technical skills among OEHE staff, aligning with the Leadership and Personal Development (LPD) initiative, which includes various training formats such as webinars, online courses, and tailored workshops. This training is crucial for building a competent workforce that effectively supports public health goals and enhances service delivery within the IHS. Interested parties must submit their responses, including a Statement of Capabilities, to Stephanie Begay at stephanie.begay3@ihs.gov by February 13, 2025, at 12:00 PM (Mountain Time), and must be registered in the System for Award Management (SAM) and the Invoice Processing Platform (IPP).
    Monacan Health Center WiFi Network
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the installation of a turnkey WiFi network at the Monacan Health Center in Madison Heights, Virginia. The project aims to enhance healthcare services for newly federally recognized tribes by ensuring compliance with relevant standards, including those set by the Indian Health Service and the National Institute of Standards and Technology, to protect Personally Identifiable Information and Personal Health Information. This initiative is part of a broader commitment to improve health infrastructure while promoting Indian Economic Enterprises through an Indian Small Business Economic Enterprise (ISBEE) set-aside. Proposals are due by February 21, 2025, and interested vendors should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further details.
    D--Notice of Intent to Sole Source for Educational Su
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, intends to award a sole source contract to Beable Education, Inc. for educational support services, with a total funding amount of $4,908,500.00. This procurement is being conducted under the authority of FAR 13.501(a)(1)(ii), which allows for simplified procedures for certain commercial products and services, and no competitive proposals will be solicited. The services are crucial for supporting educational initiatives within the Bureau of Indian Education, emphasizing the importance of specialized educational resources. Interested parties who believe they can provide similar services are encouraged to submit a capability statement and pricing information by February 7, 2025, at noon central time, directed to Contract Specialist Michelle Nahlee at michelle.nahlee@bie.edu.
    U--Professional Development Services for Beclabito Da
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking qualified vendors to provide Professional Development Services for Beclabito Day School. The procurement involves delivering five in-person professional learning sessions, each lasting up to six hours, with a performance period extending until May 31, 2025. This initiative is crucial for enhancing educational support services within the Indian community, emphasizing cultural sensitivity and compliance with federal regulations. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), must submit their quotes by the extended deadline of February 6, 2025, at 12 p.m. MST, and can contact Charmaine Williams-James at Charmaine.Williams-James@bie.edu or 505-803-4266 for further information.
    Request for Information (RFI): IHS Healthcare Leadership and Management Support Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is issuing a Request for Information (RFI) to gather insights for an Agencywide Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at providing healthcare leadership and management support. The primary objective of this procurement is to enhance compliance with accreditation standards set by The Joint Commission (TJC) and the Centers for Medicare and Medicaid Services (CMS) across IHS facilities, which serve approximately 2.56 million American Indians and Alaska Natives. This initiative is critical for addressing ongoing accreditation challenges and ensuring high-quality patient care through expert consulting services, including leadership mentoring and organizational gap analysis. Interested parties are encouraged to submit their responses to Christopher McGucken at christopher.mcgucken@ihs.gov by February 12, 2025, with no obligation on the part of IHS to proceed with future solicitations.
    Sources Sought for Electrical Controls for Engineers and Technicians Training
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking sources for training in Electrical Controls aimed at engineers and technicians. The training program, facilitated by the Environmental Health Support Center, focuses on practical, competency-based education covering essential topics such as basic electrical concepts, control systems, SCADA operations, and electrical safety, tailored to enhance the operational capabilities of participants managing water, wastewater, and solid waste facilities. This initiative underscores IHS's commitment to capacity building and effective service delivery within tribal communities. Interested parties must submit their responses, including a Statement of Capabilities, to Stephanie Begay at stephanie.begay3@ihs.gov by February 13, 2025, at 12:00 PM (Mountain Time), and must be registered in the System for Award Management (SAM) and the Invoice Processing Platform (IPP).
    Sources-Sought Notice – Management Inquiry BPA
    Buyer not available
    The Indian Health Service (IHS), under the Department of Health and Human Services, is conducting market research through a Sources-Sought Notice for a Blanket Purchase Agreement (BPA) focused on management inquiries in the Navajo Area. The procurement aims to identify qualified sources capable of performing administrative and management investigations, which include reviewing case materials, conducting interviews, documenting processes, and providing recommendations, with each investigation requiring 15 to 30 hours of work. This opportunity is significant for enhancing administrative efficiency within the IHS and promoting economic opportunities for Indian-owned businesses, particularly those that qualify under the Buy Indian Act. Interested parties must submit their qualifications and relevant documentation to William Lee at William.Lee@ihs.gov by February 5, 2025, at 2:30 PM MST, ensuring they are registered in the System for Award Management (SAM) and meet the eligibility criteria outlined in the IHS IEE Representation Form.
    BUY INDIAN SET-ASIDE - FEDERAL FACILITIES ASSESSMENT - OCAO IHS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified Indian-owned enterprises to conduct a comprehensive facility condition assessment for 23 facilities in the Oklahoma City area. The primary objective of this procurement is to evaluate the condition of hospitals and clinics, identifying deficiencies across various components such as architectural, mechanical, and electrical systems, and to develop maintenance plans based on the findings. This initiative underscores the government's commitment to ensuring safe and functional healthcare facilities while prioritizing Indian economic enterprises in federal contracting. Interested parties must submit their written quotes for RFQ 246-25-Q-0019 within the specified timeframe, with a performance period of 90 days post-award, and are encouraged to contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or 405-951-3888 for further details.