IAW Buy Indian Act - Pharmacy After Hours Services at ESU
ID: RFP-24-PHX-13Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Pharmacies and Drug Retailers (456110)

PSC

MEDICAL- PHARMACOLOGY (Q517)

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 Pharmacy After Hours Services at the Elko Southern Bands Health Center in Elko, Nevada. The objective is to provide non-personal professional pharmacy services during weekends, holidays, and other closures to ensure continuous access to medications for American Indian and Alaska Native patients. This contract, set aside for Native American firms under the Buy Indian Act, is crucial for maintaining healthcare continuity and compliance with federal regulations. Interested vendors must submit their proposals electronically by September 17, 2024, with questions accepted until September 9, 2024, and can contact Michele Lodge at Michele.Lodge@ihs.gov for further information.

    Point(s) of Contact
    Michele Lodge, Contract Specialist
    (702) 204-9522
    (602) 364-5030
    Michele.Lodge@ihs.gov
    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) concerning the procurement of various pharmaceutical products over a specified contract duration, divided into a base period and two option years. The RFP details quantities, units, and prices for a broad range of medications, including inhalers, antibiotics, and other therapeutic agents. Each medication, such as Albuterol, Amoxicillin, and Amlodipine, is listed with different quantities for each contract period, but the unit prices and total costs are not provided, suggesting they may necessitate further negotiation or private pricing arrangements. This procurement aims to ensure a consistent supply of essential medications, likely for government health programs or facilities. Given the diverse range of pharmaceuticals listed, it is evident that the initiative focuses on comprehensive healthcare needs, potentially promoting public health initiatives. The overall structure of the document allows for an organized comparison of products and pricing across different periods, which is essential for budget planning and resource allocation in healthcare distribution. This RFP reflects the government’s commitment to maintaining access to critical medications for the population it serves.
    The document is a Business Associate Agreement (BAA) between the Indian Health Service (IHS) and a designated vendor, highlighting compliance obligations regarding the handling of Protected Health Information (PHI) under HIPAA regulations. It outlines the authority requiring such an agreement, defining key terms like “Business Associate,” “Covered Entity,” and “HIPAA Rules.” The responsibilities of the Business Associate include safeguarding PHI, reporting any unauthorized disclosures or breaches, maintaining records of disclosures, and ensuring subcontractors adhere to the same privacy standards. Additionally, it specifies the conditions under which PHI can be used or disclosed. The agreement establishes the obligations of the IHS as the Covered Entity, detailing the necessary provision of privacy practices and notification of limitations. Termination conditions are also described, emphasizing responsibilities post-termination regarding retained PHI. Lastly, the BAA includes indemnification clauses to protect the IHS from legal costs due to potential violations by the Business Associate. This agreement is central for organizations seeking federal grants or contracts, ensuring compliance with stringent privacy regulations.
    The Arizona Department of Revenue issued an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, granting it an exemption from the Arizona Transaction Privilege Tax and Use Tax for the period of January 1, 2024, to December 31, 2024. This exemption applies specifically to qualifying transactions outlined in various business classifications, including utilities, publication, restaurant operations, and retail activities. The organization is also exempt from Cities Privilege Tax and Use Tax under similar guidelines. Significant restrictions apply, such as no deductions for transient lodging, and any taxable activities remain subject to tax unless exempt. The document emphasizes the need for accurate information to maintain the exemption status and requires the organization to reapply annually. Appendix A lists the specific locations covered by this exemption. This letter serves as an official acknowledgment of the Phoenix Area Indian Health Service's qualified status under Arizona's tax regulations, aiding its operations and funding efforts in providing healthcare services to the community.
    The Elko Service Unit (ESU) seeks to contract non-personal professional Pharmacy After-Hours Services for American Indian and Alaska Native patients at the Southern Bands Health Center in Elko, NV, for a 12-month base period with four optional renewals. The contract aims to provide temporary pharmacy services during weekends, holidays, and other closures to ensure continuous medication access. Services will include picking up and dispensing medications, with a maximum supply limited to three days. Eligibility verification will occur at the vendor pharmacy, which must bill other insurance first before charging the ESU. The pharmacy will also be responsible for transferring prescriptions back to the Southern Bands Health Center. Service hours span from Friday evening to Monday morning and cover federal holidays. Contracts must comply with specified invoicing and payment processes, including using the Department of Treasury’s Invoice Processing Platform. Registration at SAM.GOV is mandatory for all contractors. The Chief Pharmacist will manage prescription tracking and validation. This proposal emphasizes the ESU's commitment to patient care continuity and reflects a structured approach to pharmaceutical services within the framework of government RFPs.
    The document outlines the requirements for certification as an “Indian Economic Enterprise” under the Buy Indian Act by the Indian Health Service (IHS). It serves as a self-certification form for offerors in response to solicitations, sources sought notices, or requests for information (RFI). Offerors must meet the criteria of an “Indian Economic Enterprise” at the time of their offer, contract award, and throughout the contract performance period. If eligibility changes, contractors must notify the Contracting Officer immediately. Additionally, successful offerors must be registered with the System of Award Management (SAM). The document emphasizes the legal implications of providing false information, which can lead to penalties. It includes sections for representative details, ownership, certification signature, and Unique Entity Identifier (UEI) number, underscoring compliance with established norms for federal contracting within this context. The main purpose is to ensure transparency and adhere to statutory requirements for businesses seeking to contract with the federal government through the IHS.
    The document outlines the provisions, clauses, terms, and instructions for a federal contract related to health services administered by the Indian Health Service (IHS). It specifies contract administration data, including post-award monitoring, period of performance, and roles of contracting officers and representatives. Key clauses detail evaluation criteria for bidders, emphasizing technical capabilities, past performance, and pricing. Requirements for contractor operations include cultural sensitivity, performance evaluations, and quality control measures. The contract includes mandatory compliance with various federal regulations, including technical and information security, as well as coverage provisions for child protection and liability insurance. The document details the submission process for proposals, registration in the System for Award Management (SAM), and expectations for invoicing and payments through the U.S. Treasury. Critical contract clauses also specify the option for service extensions and continuity of operations to ensure seamless transitions. Overall, this RFP indicates the government's commitment to securing effective health services in compliance with relevant laws, while ensuring the protection of sensitive patient information and adherence to ethical standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    IAW Buy Indian Act of 1910- Diabetes Educator Services at Elko Southern Band Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for non-personal professional Diabetes Educator Services at the Elko Southern Bands Health Center in Elko, Nevada. The contract aims to provide essential diabetes education and support services, with a focus on improving patient care and management of diabetes within the community. This initiative is critical for addressing public health challenges related to diabetes, ensuring that patients receive comprehensive education and preventative lifestyle guidance. Proposals must be submitted electronically by September 19, 2024, with the contract period estimated to begin on September 24, 2024, and run through September 23, 2025. Interested parties can contact Michele Lodge at Michele.Lodge@ihs.gov or Marilyn Duran at Marilyn.duran@ihs.gov for further information.
    Non-Personal Service contract for Nocturnist Physician Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide Non-Personal Service Contract for Physician Nocturnist Services at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract aims to fulfill healthcare needs for American Indians and Alaska Natives during nocturnal hours, requiring contractors to deliver comprehensive medical services while adhering to strict performance standards and cultural sensitivities. Interested vendors must submit their proposals, including pricing and candidate qualifications, by September 18, 2024, and ensure compliance with the Buy Indian Act, as only offers from Buy Indian small businesses will be accepted. For inquiries, contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov.
    Physician Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking proposals for physician services at the Tohatchi Health Center in New Mexico. The procurement aims to secure non-personal healthcare services, including family medicine, internal medicine, and pediatric care, for the period from January 1, 2025, to December 31, 2025. This opportunity is particularly significant as it is set aside for Indian-owned Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to providing quality healthcare to Indigenous populations while adhering to federal regulations. Interested parties must submit their quotes by September 18, 2024, and can direct inquiries to Misty Billy at Misty.Billy@ihs.gov or by phone at 505-399-0177.
    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.
    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.
    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.
    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 to support its Office of Resource Access and Partnerships. The contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and managing reimbursement calculations for healthcare facilities serving American Indians and Alaska Natives. This procurement is crucial for ensuring compliance with Medicare and Medicaid regulations, thereby facilitating proper healthcare funding for underserved populations. 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 budget of $62,500 for each option period.
    Four (4) Ambulatory Care 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 four Ambulatory Care Registered Nurse Services for the Nursing Division at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract will encompass a 6-month base period with an option for an additional 6-month period, totaling a potential 12-month engagement. These nursing services are critical for supporting the healthcare needs of the local population, and the procurement is governed by the Buy Indian Act, which prioritizes Indian economic enterprises. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm eligibility and experience in similar services.
    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.
    Firm Fixed-Price, Non-Personal Healthcare Service, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract to provide Registered and Licensed Practical Nursing Services for the Outpatient Department at the Pine Ridge Indian Health Service
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for a Firm Fixed-Price, Non-Personal Healthcare Service contract to provide Registered Nurses (RNs) and Licensed Practical Nurses (LPNs) for the Outpatient Department at the Pine Ridge Indian Health Service Hospital and associated health centers in South Dakota. The contract aims to secure up to 10 licensed nursing staff, including no more than four LPNs, to support patient care duties and documentation requirements while adhering to established healthcare standards. This opportunity is critical for ensuring quality healthcare delivery to the Native American population served by IHS, with a contract structure that includes a base year and four option years, evaluated using a Lowest Price Technically Acceptable (LPTA) method. Interested parties should contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724 for further details and to respond to the attached RFQ by the specified deadline.