RFQ-26-PHX-02 -IAW BIA of 1910- Non-Personal Professional OPD RN Services at HHCC
ID: RFQ-26-PHX-02Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Offices of All Other Miscellaneous Health Practitioners (621399)

PSC

MEDICAL- NURSING (Q401)

Set Aside

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

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide non-personal professional Registered Nurse services for the Outpatient Department at the Hopi Health Care Center (HHCC) located in Polacca, Arizona. The contract aims to address staffing shortages and ensure continuous patient care, with a base period of performance from December 1, 2025, to November 30, 2026, and the potential for four additional one-year option periods. This procurement is critical for maintaining healthcare services in the region, adhering to the standards set by the Centers for Medicare & Medicaid Services (CMS) and the Joint Commission (TJC). Interested parties must submit their proposals electronically to Michele Lodge at Michele.Lodge@ihs.gov by November 4, 2025, at 3 PM Eastern Time, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.

    Point(s) of Contact
    Michele Lodge, Contract Specialist
    (702) 204-9522
    Michele.Lodge@ihs.gov
    Files
    Title
    Posted
    The document outlines a contract for Outpatient Department RN Services at HHCC, detailing costs for a base period and three option years. The contract includes provisions for regular and overtime hours for Outpatient Department (ambulatory care) RNs. Although specific unit prices and total prices are currently zero, the structure indicates a framework for future financial allocations. Key assumptions include an annual inflation rate of 2.25% and a fringe benefits rate of 0.00%. This file appears to be a template or an early stage of an RFP or grant application, awaiting the insertion of specific financial figures to determine the total estimated value of the contract. It focuses on staffing requirements and potential costs for nursing services.
    This Business Associate Agreement (Attachment B) outlines the obligations of a vendor (Business Associate) working with the Indian Health Service (IHS) (Covered Entity) to safeguard Protected Health Information (PHI) under HIPAA Rules. The agreement mandates compliance with HIPAA for all PHI use and disclosure, requiring the Business Associate to implement appropriate safeguards for both physical and electronic PHI. Key responsibilities include reporting unauthorized uses, disclosures, or security incidents within 30 days, and breaches of unsecured PHI within 30 calendar days (or within one hour for suspected/confirmed breaches to HHS policy). The Business Associate must also provide individuals access to their PHI, account for disclosures, and amend PHI as requested. Upon termination, the Business Associate must return or destroy PHI, retaining only what is necessary for proper management or legal responsibilities. The agreement is incorporated into the main contract and ensures compliance with HIPAA regulations.
    The Arizona Department of Revenue has issued an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, designating it as a Qualifying Hospital. Effective January 1, 2025, this exempts the organization from Arizona Transaction Privilege Tax, Use Tax, and Cities Privilege Tax for specific business classifications. These include Utilities, Pipeline, Publication, Job Printing, Restaurant, Personal Property Rental, Retail, and Use Tax, among others. The exemption applies to transactions where the Health & Human Services Department is the customer. The letter specifies that certain activities, such as transient lodging/hotel, are not deductible, and other exemptions are statutorily limited. The exemption is valid for locations listed in Appendix A, including the Phoenix Indian Medical Center and various other health centers and offices across Arizona and one in California. To claim exemption, the organization must present this letter along with a completed Arizona Form 5000HC to vendors. The Department of Revenue reserves the right to rescind the exemption if information provided is inaccurate or if the organization ceases to qualify.
    The Hopi Health Care Center (HHCC) is seeking non-personal professional Registered Nursing services for its Outpatient Department in Polacca, Arizona. The contract will cover a 12-month base period and four 12-month option periods, aiming to mitigate service disruptions due to staff shortages. Contractors must provide candidate profiles, including licensure, certifications, and education, and selected candidates will undergo an Indian Health Service (IHS) security clearance. Services will be performed at HHCC, with shifts subject to change based on patient needs, primarily Monday through Friday, 8:00 AM to 5:00 PM, with potential for extended hours. Nurses are expected to adhere to facility policies and may be cross-trained for other departments. Qualifications include a minimum of two years of RN experience (one year in ambulatory care, one year in IV infusions/starts/PICC/ports), a graduate or higher nursing degree from an accredited program, and current certifications in BLS, ACLS, and PALS, along with an active, unrestricted RN license. Major duties involve medical order execution, therapeutic device management, vital sign assessment, patient care documentation, collaboration with healthcare providers, immunization administration, quality control, specimen collection, emergency response, and telephone screening. All RNs must comply with CMS and Joint Commission standards, utilize the nursing process, and provide age-specific care. Contractors must possess strong communication and computer skills, a valid driver's license, and cultural sensitivity, adhering to IHS, CMS, and TJC guidelines. Performance is monitored via a Quality Assurance Surveillance Plan, with specific outcomes and acceptable quality levels (AQLs) for documentation, licensure, background checks, immunizations, and shift fulfillment.
    The Indian Health Service (IHS) requires offerors to self-certify as an "Indian Economic Enterprise" (IEE) under the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought, and RFIs. This form, from the Department of Health & Human Services, mandates that the IEE definition (HHSAR 326.601) must be met at the time of offer, contract award, and throughout the contract's performance. Contractors must notify the Contracting Officer immediately if they no longer meet eligibility. Individual Contracting Officers may request documentation, and awards are subject to protest regarding eligibility. Successful offerors must also be registered with the System for Award Management (SAM). False or misleading information can lead to penalties under 18 U.S.C. 1001, and false claims during performance are punishable under 31 U.S.C. 3729-3731 and 18 U.S.C. 287. Offerors must indicate whether they meet the IEE definition, providing details such as the name of the 51% owner, certifying signature, print name, federally recognized tribal entity, business name, and Unique Entity Identifier (UEI) Number.
    The Contractor Past Performance Questionnaire is a standardized form used by government entities, such as the Phoenix Area Indian Health Service (PAIHS), to evaluate contractor performance for federal RFPs, grants, and state/local RFPs. Contractors complete initial sections detailing their company, the work performed (prime, subcontractor, or joint venture), contract information, and a project description, including its relevance. Clients then assess the contractor across several key areas: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost Control/Financial Management, Safety/Security, and General performance. An adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unacceptable, Neutral) is provided with definitions to guide client evaluations. The questionnaire requires client signatures and direct submission to the offeror, who then includes it in their proposal. The government reserves the right to verify all submitted information. This document is crucial for assessing past performance risk in procurement processes.
    The SF 1449 Continuation outlines crucial provisions, clauses, terms, and instructions for government contractors, primarily focusing on administrative, contractual, and security requirements. Key areas include contract administration data, such as SAM registration, electronic invoicing via IPP, and specific invoice requirements. Special contract requirements address physical demands, patient cultural sensitivity, licensure verification, and a comprehensive post-award monitoring program with a Quality Control plan and periodic performance evaluations. The document details extensive background check procedures, including the Child Care National Agency Check & Investigation (CNACI), and mandatory Information Technology Security Awareness (ISSA) training. Health and appearance mandates, including immunizations and personal hygiene, are also stipulated. It integrates various Federal Acquisition Regulation (FAR) clauses, emphasizing compliance with ethical conduct, whistleblower protections, and equal opportunity regulations. The contract's period of performance includes a base year and four one-year options, with strict definitions of Contracting Officer (CO) and Contracting Officer Representative (COR) authorities. This document ensures contractors meet rigorous federal standards and maintain operational integrity.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NNMC, Request for two (2) Non-PSC Inpatient Pediatrics RN Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for two Non-Personal Healthcare Services in the form of Inpatient Pediatric Nurses at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract encompasses a base period of six months, starting from January 1, 2026, with the possibility of extending through four additional six-month option periods, potentially lasting until June 30, 2028. These nursing services are critical for providing quality healthcare to pediatric patients in the region, and the procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561320. Interested contractors must comply with various federal regulations, including medical liability insurance requirements and submission protocols, and should direct inquiries to Matthew Atcitty at matthew.atcitty@ihs.gov.
    Gallup Service Unit & Shiprock Service Unit: Nurse Advice/Nurse Triage Telephone Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Nurse Advice/Nurse Triage Telephone Services for the Gallup and Shiprock Service Units in New Mexico. The contract will provide non-personal nurse triage services to support healthcare delivery for American Indians and Alaska Natives, with a performance period starting December 1, 2025, and extending through November 30, 2030, including a base year and four optional one-year periods. This service is critical for ensuring timely and effective healthcare access, requiring a dedicated call center capable of handling a minimum of 60 calls daily, with specific performance metrics for call handling and language interpretation. Interested vendors must submit their proposals in PDF format by December 9, 2025, at 1:00 P.M. MST, and can direct inquiries to Adrian Segay at Adrian.Segay@ihs.gov.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
    Buyer not available
    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.
    NNMC Wellness Program Project
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking to award a non-competitive contract for consultation services to the Central Consolidated School District in Shiprock, New Mexico, as part of the NNMC Wellness Program Project. The contract aims to support the Health Promotion Disease Prevention (HPDP) department at the Northern Navajo Medical Center by providing unique consultation services, including access to local facilities for rehabilitation and community wellness initiatives. This opportunity is significant as it addresses health and wellness needs within the community, with a contract period spanning from January 15, 2026, to January 14, 2031, including a base year and four option years. Interested vendors may submit a capabilities statement by December 16, 2025, to Bertina Jones at bertina.jones@ihs.gov.
    LSJ - RN Services, CRHC, 60days.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified nursing professionals to provide Registered Nurse (RN) services at the Cheyenne River Health Center in Eagle Butte, South Dakota, through a 60-day contract. This urgent procurement aims to address immediate healthcare needs within the community, highlighting the critical role of nursing services in supporting public health initiatives. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or call 605-964-0605 for further details regarding the contract. The secondary contact for inquiries is Stephanie Red Elk, available at stephanie.redelk@ihs.gov or 605-964-0507.
    LSJ-RN Services, CRHC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide temporary Registered Nurse (RN) services for the Cheyenne River Health Center in Eagle Butte, South Dakota. This procurement involves a follow-on delivery order for nursing services, which will be required for a duration of 90 days to support the health center's operational needs. The provision of nursing services is critical to ensuring the delivery of healthcare to the local population, particularly in underserved areas. 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.
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    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
    Buyer not available
    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).
    LSJ - Extend RN Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to extend a contract for Registered Nurse (RN) services at the Cheyenne River Health Center located in Eagle Butte, South Dakota. The objective of this procurement is to extend the current contract for an additional 60 days to ensure continued nursing services are available to the community. These nursing services are critical for maintaining healthcare delivery and support for the local population. 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.