IAW Buy Indian Act of 1910- Podiatry Physicians Services at ESU
ID: RFP-24-PHX-10Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Offices of Podiatrists (621391)

PSC

MEDICAL- PODIATRY (Q520)

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 non-personal professional podiatry physician services at the Elko Southern Bands Health Center in Elko, Nevada. The contract aims to address staffing shortages by providing comprehensive podiatric care, including diagnosing and treating foot, ankle, and leg ailments, with a base period from September 17, 2024, to September 16, 2025, and options for renewal. This opportunity is set aside for Native American firms under the Buy Indian Act of 1910, emphasizing the importance of culturally sensitive healthcare delivery to Native American communities. Interested contractors must submit their proposals electronically by September 12, 2024, and can direct inquiries to Michele Lodge at Michele.Lodge@ihs.gov or Marilyn Duran at Marilyn.Duran@ihs.gov.

    Point(s) of Contact
    Michele Lodge, Contract Specialist
    (702) 204-9522
    (602) 364-5030
    Michele.Lodge@ihs.gov
    Files
    Title
    Posted
    The document pertains to a Request for Proposal (RFP) for Podiatry Physician Services, outlining contract details for a government project. It specifies the quantity of services to be provided, set at 192 hours for each contract period, including a base period and two option years. Although the unit price and total cost for these services remain unspecified, projections are made regarding total estimated yearly values and include an annual inflation assumption of 2.25%. The file is structured to present line items for each contract period with spaces for pricing and subtotals, indicating missing financial data, which could signify ongoing negotiations or awaiting responses from bidders. This document aligns with the government's procurement process for healthcare services, highlighting the diligence in budgeting and forecasting within federal and state RFP frameworks.
    The Business Associate Agreement (BAA) established between the Indian Health Service (IHS) and the designated vendor outlines the responsibilities, obligations, and compliance requirements for safeguarding Protected Health Information (PHI) in accordance with HIPAA regulations. The BAA defines key terms relevant to privacy regulations and assigns roles to both the Business Associate (vendor) and Covered Entity (IHS). The document specifies the vendor’s obligations regarding the handling and safeguarding of PHI, ensuring it only uses or discloses this information as authorized or required by law. The vendor must establish safeguards, report unauthorized disclosures or breaches, and allow individual access to PHI within specified timeframes. Additionally, it details the responsibilities of the IHS in providing necessary privacy notices and updates. Termination conditions are outlined, specifying actions the vendor must take related to PHI retention and destruction upon agreement termination. The agreement emphasizes compliance, liability for breaches, and regulatory adherence, ensuring both parties understand their legal responsibilities regarding patient information security. Overall, the BAA reinforces the commitment to protecting health information integrity as part of federal healthcare operations.
    The Arizona Department of Revenue issued an Exemption Letter to the Department of Health & Human Services, particularly the Phoenix Area Indian Health Service, for the period of January 1, 2024, to December 31, 2024. This exemption grants qualifying hospital status, alleviating the organization from the Arizona Transaction Privilege Tax and Use Tax for specified business classifications such as utilities, publications, job printing, restaurants, and retail items under certain statutory references. The letter specifies that no exemptions apply to transient lodging and warns that taxable activities remain subject to tax unless specified deductions apply. Included with the exemption are outlined locations in Appendix A, such as various health centers in Phoenix and surrounding areas. The letter mandates that the organization must reapply for the exemption annually to maintain its status. Should any inaccuracies or changes in qualifying status arise, the Department reserves the right to rescind the exemption. The document also provides contact details for further inquiries and procedural guidance on obtaining future exemptions, ensuring that the Phoenix Area Indian Health Service understands its responsibilities and the requirements necessary for continued tax relief.
    The Elko Service Unit (ESU) is soliciting non-personal professional Podiatry Physician Services for the Southern Bands Health Center in Elko, NV, for a 12-month base period with four renewable options. The contract aims to address staffing shortages anticipated over the next five years due to the clinic's remote location. Contractors will provide essential doctor services on an as-needed basis, requiring candidates to hold relevant qualifications, a valid Nevada medical license, and necessary certifications like Basic Life Support (BLS). Services include comprehensive podiatric care—diagnosing and treating foot, ankle, and leg ailments using both non-surgical and surgical methods. The contractor must comply with Indian Health Service (IHS) credentialing requirements, maintain accurate patient records, and work collaboratively with healthcare teams. Further, contractors will manage working hours scheduled by the clinic's medical director and participate in additional training on electronic health records. Their performance will be subject to regular evaluation through an established Quality Assurance Surveillance Plan to ensure compliance with service standards. The contract underscores both operational efficiency and the culturally sensitive delivery of healthcare to Native American communities.
    The Elko Southern Bands Health Center’s Standard Timesheet for Contract Services serves to document and certify hours worked by contractors under a specific contract number. This form requires the contractor to detail their work schedule, including the date, times of clocking in and out, lunch breaks, total hours worked, and a brief description of the services provided during that period. It also mandates signatures from both the contractor and the department receiving official, alongside the contracting officer representative to verify the accuracy of the reported hours. This timesheet format is essential in ensuring compliance with the terms of federal and state contracts, facilitating transparent tracking for payroll and service accountability. Overall, the document plays a key role in managing contracts within government frameworks, ensuring proper documentation and oversight of contracted services.
    The Indian Health Service (IHS) file outlines requirements under the Buy Indian Act for entities seeking to respond to Requests for Information (RFI) or solicitations for contracts. It mandates that the Offeror certifies their status as an “Indian Economic Enterprise,” which must be maintained at three critical points: during the offer submission, at the contract award, and throughout the contract performance period. Any failure to meet eligibility criteria must be reported to the Contracting Officer immediately. The document emphasizes the need for truthful self-certification, as providing false information is unlawful, attracting severe penalties. Additionally, successful Offerors must be registered with the System of Award Management (SAM) to be considered for contract awards. The file specifies the representation requirements regarding Indian Economic Enterprises and captures additional details such as the unique entity identifier and the specifics of the podiatry services solicitation related to the Elko Service Unit. This document functions to ensure compliance and integrity in the procurement process while supporting Indian economic development through federal contracting opportunities.
    The document appears to be a compilation of various government-related Request for Proposals (RFPs), federal grants, and local solicitations. Its primary objective is to outline funding opportunities and project proposals across different governmental levels, emphasizing infrastructure, environmental concerns, and safety protocols. Key ideas include the evaluation of existing structures, hazardous material surveys, and requirements for impactful project execution that adheres to federal and state regulations. Supporting details involve specific project components such as upgrades to mechanical systems, assessments of hazardous materials, and compliance measures for safety and health risks. The document underscores the importance of coordinating with engineering and architectural firms to ensure that all perspectives of projects—from coordination and planning to demolition and construction—are thoroughly integrated. In summary, this file serves as a resource to guide prospective bidders in understanding the expectations, compliance requirements, and safety practices necessary for successful project proposals within the framework of government contracting. It emphasizes the dedication to maintaining a safe environment while enhancing facilities in accordance with applicable regulations, ensuring that projects meet community and national standards.
    The document outlines the requirements and provisions for a contract to provide services under the Indian Health Service (IHS), including specific instructions for contractors. It emphasizes the need for compliance with federal regulations, including registration in the System for Award Management (SAM) and adherence to the Federal Acquisition Regulations (FAR). Key elements include contract administration data, special requirements regarding contractor duties, background checks, security measures, and health and appearance standards for personnel. Contractors must demonstrate capability in dealing with diverse patient cultural backgrounds, comply with strict licensing verification processes, submit monthly invoices in arrears, and accept payment solely from the IHS without charging beneficiaries directly. The contract structure comprises numerous sections addressing administrative data, contract clauses, provisions specific to health services, and established protocols for performance evaluations. The document emphasizes the importance of continuous service during the contract term and the government’s authority to monitor compliance through performance reviews. Overall, this document serves as a guideline for contractors to ensure effective service delivery within a federally regulated healthcare context, supporting IHS's mission to provide quality care to Native American populations while adhering to legal and regulatory standards.
    This government document outlines the provisions, clauses, terms, and instructions for contractors providing services under a federal contract. The primary focus is on contract administration, special requirements such as physical demands and cultural sensitivity, and detailed protocols for service evaluation and compliance. It stipulates requirements for contractor registration, licensing verification, employee background checks, and compliance with health and information security standards. The document emphasizes that contractors must have adequate liability insurance, must ensure no IHS beneficiaries are billed for services, and requires all personnel to be appropriately trained and vaccinated per health regulations. It specifies roles for Contracting Officer Representatives and Contracting Officers, clarifying their responsibilities and limitations. Furthermore, it includes clauses related to contract execution, payment terms, and the handling of contract amendments, along with various regulations to ensure compliance with federal laws. This document serves as a guide for contractors looking to engage with the Indian Health Service, laying out essential criteria for performance, accountability, and operational continuity. Overall, it reflects the government's commitment to transparency, security, and quality in contracting processes.
    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.
    IHS, Pawnee Nephrology Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for nephrology services at the Pawnee Indian Health Center (PIHC) in Oklahoma, with the intent to award a one-year contract. The contractor will provide on-site nephrology care twice a month, with the possibility of adjustments based on patient demand, and must adhere to IHS quality standards and regulatory guidelines. This procurement is crucial for enhancing healthcare services for Native American populations, ensuring comprehensive nephrology care, and maintaining compliance with public health standards. Interested vendors must submit their quotes by 4:00 PM CST on September 5, 2023, to Judy Eaves at judy.eaves@ihs.gov, and the procurement is unrestricted with a focus on promoting participation from small and disadvantaged business enterprises.
    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.
    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, aimed at supporting the financial management of healthcare services for American Indians and Alaska Natives. The selected contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and ensuring compliance with Medicare and Medicaid regulations, which are critical for the reimbursement processes of over 600 healthcare facilities. This procurement is significant as it underscores the federal government's commitment to maintaining healthcare service levels in underserved populations while ensuring financial accountability. 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 contract value of $62,500 for 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.
    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.
    Physical Therapist Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Physical Therapist Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. This opportunity involves a Firm Fixed-Price, Non-Personal Healthcare Service contract structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a performance period of one year and four optional years, aimed at enhancing healthcare delivery to Native American communities. Interested small businesses under NAICS Code 621340 must comply with various regulatory requirements, including background checks and credential verification, and are encouraged to submit their proposals via email by the specified deadline. For further inquiries, interested parties can contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    One (1) Advanced Practice Nurse (Nurse Anesthetist) Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified sources to provide Advanced Practice Nurse (Nurse Anesthetist) Services for the Clinical Division at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. The procurement aims to fulfill a critical need within the anesthesiology department, with an anticipated contract duration of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is part of the IHS's commitment to supporting Indian Economic Enterprises under the Buy Indian Act, emphasizing the importance of compliance and certification for interested parties. Interested vendors 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.
    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.
    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.