PT PHARMACIST - CLINTON IHS
ID: IHS1518865Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEOK CITY AREA INDIAN HEALTH SVCOKLAHOMA CITY, OK, 73114, USA

NAICS

Offices of All Other Miscellaneous Health Practitioners (621399)

PSC

MEDICAL- OTHER (Q999)

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, through the Indian Health Service, is seeking qualified vendors to provide part-time pharmacist services for the Clinton Service Unit in Oklahoma, specifically for the Clinton, El Reno, and Watonga Indian Health Centers. The contract requires the provision of uninterrupted pharmacist services to eligible Native American patients, including processing prescriptions, patient counseling, and inventory management, with a performance period from January 1, 2026, to December 31, 2026. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, promoting economic development within Native communities. Interested vendors must submit their written quotes by December 9, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must meet specific qualifications, including a valid Oklahoma Pharmacist license and relevant experience.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) Buy Indian Act Indian Economic Enterprise Representation Form is a crucial document for businesses seeking to contract with the IHS under the Buy Indian Act (25 U.S.C. 47). This form requires offerors to self-certify their status as an "Indian Economic Enterprise" (IEE) as defined by HHSAR 326.601. This certification must be valid at the time of offer, contract award, and throughout the entire contract performance period. The document warns against providing false information, citing penalties under 18 U.S.C. 1001 for false statements and 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287 for false claims. Successful offerors must also be registered with the System for Award Management (SAM). The form includes sections for the offeror to indicate whether they meet the IEE definition, and requires signatures from the 51% owner and details about the business and federally recognized tribal entity. This form ensures compliance with federal regulations designed to promote economic development for Indian tribes and Alaska Native Corporations.
    This document clarifies details for a government contract, addressing inquiries about its status, incumbent information, and set-aside provisions. The contract is not brand new, with a previous contract number 75H71124P00272. It requires a single part-time Pharmacist, with the possibility of increased hours. The solicitation prioritizes Native Owned Companies; however, if no ISBEEs submit competitive offers, it will be re-solicited as a small business set-aside, allowing non-ISBEE small businesses to submit proposals. This indicates a flexible approach to procurement, prioritizing ISBEEs while ensuring broader small business participation if initial preferences are not met.
    The Department of Health and Human Services, Indian Health Service, requires contract pharmacist services for the Clinton Service Unit, encompassing the Clinton, El Reno, and Watonga Indian Health Centers. The primary goal is to ensure uninterrupted pharmacist services for eligible Native American patients. The contractor will perform various duties, including processing prescriptions, patient counseling, managing inventory, and providing clerical and inventory management support. Key requirements include a valid Oklahoma Pharmacist license, current professional liability insurance, a Basic Life Support certificate, and at least one year of pharmacy experience. The contract is for 12 months, with the contractor reporting to the Pharmacy Supervisor. Special conditions include compliance with HSPD-12 for access cards, adherence to a tobacco/smoke-free environment, security regulations, and strict confidentiality. The contractor is responsible for credential verification and will be evaluated on performance metrics such as fulfilling responsibilities, upholding standards, and providing quality service.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines that will interface with ScriptPro systems across three locations in Oklahoma: Clinton, El Reno, and Watonga. The procurement aims to enhance the efficiency of the Pharmacy Prepaid Postage Mail System by automating package tracking and reducing errors, thereby improving service delivery at the Indian Health Centers. This opportunity is a 100% Buy Indian Set-Aside, and the selected contractor will be required to provide a commercial off-the-shelf electronic postage software solution, along with installation, training, and ongoing support for a 12-month period. Quotes are due by December 5, 2025, at 2:00 PM CDT, and must be submitted to Misti Bussell via email at misti.bussell@ihs.gov.
    PRESCRIPTION DESPENSING SYSTEM- CLINTON
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a contractor to provide a Prescription Dispensing System for the Clinton facility in Oklahoma. This system is required to log and track pharmacy prescriptions, ensuring efficient management of medication dispensing. Such systems are crucial for maintaining accurate records and improving patient care within healthcare facilities. Interested parties can reach out to Ronay English at Ronay.English@ihs.gov for further details regarding this opportunity.
    PRESCRIPTION DESPENSING SYSTEM- EL RENO
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a contractor to provide a Prescription Dispensing System for the pharmacy located at El Reno, Oklahoma. This procurement aims to enhance the pharmacy's operational efficiency by implementing a robust software solution tailored for prescription management. Such systems are critical for ensuring accurate and timely dispensing of medications, thereby improving patient care within the Indian Health Service facilities. Interested parties can reach out to Ronay English at Ronay.English@ihs.gov for further details regarding this opportunity.
    OPTOMETRY EQUIPMENT- CLINTON IHS
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotes for the procurement of two new Zeiss Cirrus Model 6000 OCT devices with AngioPlex software, along with annual maintenance agreements, specifically for the Clinton Service Unit in Oklahoma. This procurement aims to replace outdated equipment at the Clinton, El Reno, and Watonga Indian Health Centers, ensuring compliance with federal standards and enhancing ocular imaging and analysis capabilities. The contract includes delivery, installation, comprehensive training, and adherence to stringent security and accessibility requirements, with a performance period from January 1, 2026, to December 31, 2026, and an option for four additional years. Interested vendors must submit their quotes by December 15, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must also self-certify their status as an Indian Economic Enterprise under the Buy Indian Act.
    LSJ, Pharmacist Services, CRHC, Eagle Butte, SD
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking to extend the current contract for pharmacist services at the Cheyenne River Health Center located in Eagle Butte, South Dakota. This procurement aims to ensure the continued provision of essential pharmaceutical care to the local community, which is critical for maintaining health standards and supporting patient care initiatives. Interested vendors can reach out to the primary contact, Danielle Chasing Hawk, at danielle.chasinghawk@ihs.gov or by phone at 605/964-0605 for further details regarding the contract extension. The secondary contact for inquiries is Kolbi Haskell, available at Kolbi.Haskell@ihs.gov or 605/964-1565.
    (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.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 2025, 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.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, 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.
    Two (2) Prescription & Document Scanners for Quentin N Burdick Memorial Health Care Facility in Belcourt, ND
    Buyer not available
    The Indian Health Service, part of the Department of Health and Human Services, is seeking qualified vendors to provide two prescription and document scanners for the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota. The procurement aims to acquire clinical capture devices that meet specific technical specifications, including a minimum resolution of 300 DPI and a performance rate of 25 pages per minute for black-and-white documents, to enhance the facility's health service delivery to approximately 14,550 tribal members. Interested parties are encouraged to submit their capability statements by December 12, 2025, to Farrah Azure at Farrah.Azure@ihs.gov, with the subject line including the Sources Sought Number IHS-SS-26-1518989. This opportunity is part of a market research effort and does not constitute a solicitation or obligation on the part of the Indian Health Service.
    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.