Inpatient Dietary Services for the Cass Lake Service Unit
ID: 75H70525R00008Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBEMIDJI SUB-AREA,BEMIDJI, MN, 56601, USA

NAICS

Food Service Contractors (722310)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Inpatient Dietary Services at the Cass Lake Service Unit in Minnesota. The procurement aims to provide comprehensive dietary services, including meal preparation and catering for diverse dietary needs, while ensuring compliance with health and safety regulations. This contract, set aside for 100% small businesses, will be awarded as a Firm Fixed Price with a base year plus four optional one-year extensions, emphasizing the importance of quality food service management in enhancing patient health and satisfaction. Interested contractors must submit their proposals by May 27, 2025, at 2:00 PM CST, and can contact Mary Simon or Jennifer Richardson for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Business Associate Agreement outlines the obligations of the Indian Health Service (IHS) regarding the safeguarding of Protected Health Information (PHI) in compliance with HIPAA regulations. The agreement specifies that a business associate must adhere to stringent requirements, ensuring that any PHI used or disclosed is protected and reported appropriately, especially in the case of breaches. Key components include compliance mandates, safeguards for electronic PHI, reporting duties for unauthorized disclosures or breaches, and the rights of individuals regarding their PHI access. Furthermore, both parties are obligated to keep informed about privacy practices and any changes that could affect PHI handling. The agreement will be effective from the contract signing date and can be terminated if either party violates its terms. Overall, the document emphasizes the significance of PHI protection and defines the roles and responsibilities of both IHS and the business associate under federal law.
    The document outlines a Request for Proposal (RFP) for Inpatient Dietary Services by the Cass Lake Indian Hospital, exclusively set aside for small businesses. The contract will be awarded based on a Firm Fixed Price, with a base period plus four optional one-year extensions. Contractors are required to submit a complete proposal, including specified forms, documentation of relevant experience and past performance, contractor registration verification, and an acknowledgment of the Business Associate Agreement. All submissions must be clear and legible, as proposals will be evaluated without discussions. Interested contractors must email their proposals by May 27, 2025, by 2:00 PM CT, and retain copies as the agency will not provide them post-submission. The contracting officer is Jennifer Richardson, and all proposals are subject to the provisions of the Privacy Act and become property of the Department of Health & Human Services (DHHS). This RFP reflects the government's commitment to ensuring service procurement through small business involvement, while adhering to regulatory requirements.
    The document outlines a Request for Proposal (RFP) for Inpatient Dietary Services at the Cass Lake Service Unit, emphasizing the full provision of dietary services to patients, compliant with applicable regulations. The contract is a Firm Fixed Price type, extending over a Base Year plus four options. Services include catering for varying dietary needs, meal preparation, and adherence to nutritional guidelines. Key responsibilities include maintaining cleanliness and food safety standards, hiring qualified staff including a certified dietary manager and a registered dietitian, and implementing a thorough quality assurance process. The contractor must establish a comprehensive Quality Control Plan to ensure service quality, with regular audits and compliance checks. Given the expected payment processing through electronic funds transfer, prompt invoicing is essential. Overall, this procurement aims to ensure that the Cass Lake Hospital provides nutritious meals seven days a week, enhancing patient health and satisfaction while complying with health and safety regulations. This contract highlights the government’s commitment to high-quality healthcare services through effective food service management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    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).
    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.
    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.
    (2) FNP/APN Nonpersonal Services at Pinon Health Service
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for two non-personal service contracts for Family Nurse Practitioners (FNP) or Advanced Practice Nurses (APN) at the Pinon Health Center in Arizona. The objective is to provide comprehensive healthcare services to American Indians and Alaska Natives, including outpatient general medicine and urgent care, as outlined in the Performance Work Statement. This contract is crucial for ensuring culturally appropriate healthcare delivery within the Navajo Area, with a performance period of 12 months or until permanent hires are made. Interested vendors must submit their quotes by August 29, 2025, at 5:00 PM MST, via email to Whitney Shorty at whitney.shorty@ihs.gov, including required documentation across four volumes: Administrative Documents, Technical Proposal, Past Performance, and Price.
    Firm fixed price, non-personal, commercial medical service purchase order for Radiology Interpretive Services for the Fort Thompson Health Care Center-Indian Health Service, Fort Thompson, South Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a firm-fixed-price, non-personal commercial medical service purchase order for Radiology Interpretive Services at the Fort Thompson Health Care Center in South Dakota. The contract, which is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside, includes a base year plus four option years, requiring all-inclusive unit pricing for approximately 300 X-ray and 30 Ultrasound interpretive readings per month. This procurement is vital for ensuring quality radiological services within the healthcare center, and proposals are due by December 15, 2025, at 5:00 PM CST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) methodology. Interested contractors should direct inquiries to William Kohl at william.kohl@ihs.gov or call 605-742-3686, and must submit questions by December 1, 2025.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    R--Food Delivery and Courier Services, HES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The contract entails providing weekly, temperature-controlled food deliveries and secure package courier services, which are critical for addressing logistical challenges in this remote area. The selected contractor will manage end-to-end logistics, ensuring food safety and compliance with federal regulations, with a contract period starting December 15, 2025, and extending through December 14, 2026, with options for four additional years. Interested small businesses must acknowledge the amendment to the solicitation and submit their proposals by December 10, 2025, at 10:00 AM (MS), and can contact Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702 for further information.
    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.