Monacan Health Center WiFi Network
ID: 75H71525R00001Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENASHVILLE AREA INDIAN HEALTH SVCNASHVILLE, TN, 37214, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

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 proposals for the installation of a turnkey WiFi network at the Monacan Health Center, aimed at enhancing healthcare services for newly federally recognized tribes. The project requires compliance with various standards, including those set by the Indian Health Service and the Department of Health and Human Services, to ensure the protection of Personally Identifiable Information and Personal Health Information. This initiative is crucial for improving health infrastructure and promoting Indian Economic Enterprises, with proposals evaluated based on price, technical compliance, and past performance. Interested vendors must submit their proposals by March 10, 2025, and can contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a federal solicitation numbered 75H71525R00001, detailing modifications to a procurement process managed by the Nashville Area Office. It emphasizes the importance of acknowledging the amendment by prospective bidders prior to the specified deadline or risk having their offers rejected. Key updates include rescheduling a site visit to February 11, 2025, and extending the bids due date from February 4, 2025, to February 21, 2025. The amendment incorporates provisions requiring compliance with the Federal Accessibility Standards under Section 508 of the Rehabilitation Act, ensuring that electronic and information technology is accessible to individuals with disabilities. Offerors must provide documentation demonstrating compliance with these standards through an HHS Section 508 Product Assessment Template. The document underscores the Government's commitment to ensuring that all entities developing, procuring, or using electronic technology meet accessibility requirements essential for federal procurement ethics and compliance. The requirements highlighted in this amendment are crucial for fostering inclusive contracting practices within federal programs.
    The document outlines an amendment to a solicitation for a government contract, specifically referencing solicitation number 75H71525R00001. It highlights that bidders must acknowledge receipt of the amendment through designated methods prior to the specified deadline. The amendment includes crucial changes: it incorporates a Q&A section based on vendor questions from site visits and clarifies a compliance requirement with FIPS PUB 140-3, pertaining to controller specifications. The deadline for bid submissions has been extended from February 21, 2025, to March 10, 2025, at 5:00 PM ET to accommodate these updates. The contracting officer’s details and signature, as well as the requirement for the contractor to sign and return copies, are also mentioned. Overall, this amendment serves to ensure clear communication and compliance for participating vendors in the procurement process, enhancing the integrity of the solicitation.
    The federal Request for Proposal (RFP) outlines a solicitation for the installation of a turnkey WiFi network at the Monacan Health Center, part of the Mid-Atlantic Service Unit aimed at enhancing healthcare services for newly federally recognized tribes. The project involves ensuring compliance with Indian Health Service (IHS), Department of Health and Human Services (DHHS), and National Institute of Standards and Technology (NIST) standards to safeguard Personally Identifiable Information/Personal Health Information (PII/PHI). Vendors are required to submit proposals detailing their approach, pricing, and compliance documentation. Key requirements include providing appropriate networking equipment (Cisco or equivalent), adhering to security standards, and maintaining separation between WiFi and other network traffic. The contractor will warrant supplied installations for five years, ensuring functionality and responsiveness to issues. The expected timeline for project completion is within 45 days of receiving notice to proceed, with annual maintenance options available. This RFP highlights the government’s commitment to improving health infrastructure while promoting Indian Economic Enterprises through specific set-asides. Proposals will be evaluated based on price, technical compliance, and past performance, reinforcing the focus on quality and efficiency in healthcare service delivery.
    The file outlines the guidelines for submitting proposals in response to federal and state/local Requests for Proposals (RFPs) and grants. Emphasizing the importance of compliance with regulatory standards, it defines eligibility criteria, submission processes, and evaluation metrics for applicants. The document is structured into sections that detail the scope of funding, specific project requirements, and necessary deliverables. Key ideas include a focus on community impact, project sustainability, and measurable outcomes. Applicants are encouraged to demonstrate their capacity for collaboration with local entities and address identified community needs effectively. Clear deadlines for submission and detailed formats for proposals are provided, ensuring consistency and clarity in applications. Ultimately, the purpose of this document is to facilitate transparent and competitive bidding processes for grants and projects that align with governmental objectives. It underscores the government's aim to foster innovation, enhance public welfare, and allocate resources efficiently to achieve socio-economic goals within communities.
    The document outlines the Indian Health Service's compliance requirements under the Buy Indian Act, stipulating self-certification for Offerors claiming to be an “Indian Economic Enterprise.” This certification must be validated at multiple stages: upon making an offer, upon contract award, and throughout contract execution. If eligibility changes during these periods, the contractor must promptly notify the Contracting Officer. The document also indicates that proof of eligibility may be required before awarding contracts and warns against false claims, which violate federal laws. Offerors must confirm compliance with ownership requirements and provide essential registration details, such as their DUNS number. The emphasis on self-certification and proper documentation serves to ensure that contracts support Indian economic enterprises, improving opportunities for these businesses while maintaining legal integrity during the procurement process.
    The document serves as a wage determination report under the U.S. Department of Labor's Service Contract Act, providing updated minimum wage rates for various positions in Virginia counties, effective in 2024. Contractors must adhere to the wage requirements dictated by Executive Orders 14026 and 13658, with a minimum of $17.20 per hour for certain contracts, or $12.90 for others, depending on contract dates. The report lists occupations and their corresponding hourly wages within categories such as administrative support, healthcare, and maintenance. It outlines further requirements, including fringe benefits such as health and welfare contributions, paid time off, and compliance with additional provisions related to paid sick leave and uniform allowances. The conformance process for unlisted job classifications is also described, emphasizing the need for proper classification and wage rate requests for any employees not covered in the report. Overall, the document crucially guides contractors on wage obligations and worker protections, ensuring compliance with federal standards in government contracts, particularly relevant for RFPs and grants involving federal and state projects. This ensures fair compensation for federally contracted workers while maintaining compliance with government regulations.
    The government solicitation focuses on establishing a local Turnkey WiFi Network, incorporating a Cisco Catalyst 9800-L Wireless LAN Controller, compliant with specific security requirements set by the Indian Health Service (IHS) and the Department of Health and Human Services (DHHS). The project aims to cover the entire facility with WiFi and requires that access points (APs) be securely mounted, preferably on ceilings, to minimize tampering risks. The contractor is responsible for implementing IEEE 802.1X access control for network security, configuring the WiFi setup, and ensuring all cabling terminates at the main server room. Key logistical details include a preference for a CAT6A unshielded twisted pair (UTP) wire in red and 3-foot lengths for patch cables, and clarification that no existing management platform is in place, necessitating the vendor to provide all required licenses. Additionally, while VLAN support is required, a firewall is noted as not necessary. The document emphasizes features to be integrated into a coherent and secure WiFi network, ensuring compliance with federal security standards, while providing infrastructure for potential outdoor usage in case of emergency triage situations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation 75H70725Q00049 Upgrade Internet Speed Service Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the upgrade of internet speed services at the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to enhance telecommunications capabilities, which are critical for delivering effective health services to the community. The opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Native-owned businesses and promoting economic development within Indian communities. Interested parties should contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or call 505-256-6768 for further details, and ensure compliance with the Buy Indian Act and registration in the System for Award Management (SAM) during the proposal submission process.
    BUY INDIAN SET-ASIDE - IT COMPUTER BUY FOR OKLAHOMA IHS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the procurement of Dell computer equipment under a Buy Indian Set-Aside initiative for the Oklahoma City Area Indian Health Service. The procurement includes a range of items such as laptops, desktop units, monitors, and peripherals, with a total of eight line items specified in the solicitation. This initiative aims to replace outdated systems and enhance operational effectiveness in providing healthcare services to Native American populations. Interested vendors must submit written quotes by February 27, 2025, and ensure compliance with Federal Acquisition Regulation guidelines, including registration in the System for Award Management. For further inquiries, vendors can contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or by phone at 405-951-3888.
    Pharmacy Equipment for IHS, Monacan Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for the acquisition of pharmacy equipment for the Monacan Health Center located in Madison Heights, Virginia. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and includes essential items such as pharmacy refrigerators, a vaccine refrigerator, a countertop vaccine freezer, an undercounter pharmacy refrigerator, and a narcotics pharmacy safe. The equipment is critical for ensuring proper storage and management of pharmaceuticals and vaccines, thereby enhancing healthcare delivery for federally recognized tribes. Interested vendors must submit their proposals by February 14, 2025, and can direct inquiries to Courtney Davis at courtney.davis@ihs.gov or by phone at 629-248-4259.
    Picture Archiving and Communication System (PACS) Replacement for the Albuquerque Area Indian Health Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for the replacement of the Picture Archiving and Communication System (PACS) for the Albuquerque Area Indian Health Services. The objective is to enhance imaging capabilities across eight federal service units and two tribal facilities, requiring a system that is efficient, secure, and compatible with existing radiology equipment and Electronic Health Records. This procurement is crucial for improving healthcare delivery through advanced imaging technology, ensuring compliance with federal regulations and HIPAA standards, while facilitating seamless interoperability and robust security measures. Interested vendors should contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further details regarding the proposal submission process.
    Pueblo Pintado Health Center Construction
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the construction of the Pueblo Pintado Health Center in Crownpoint, New Mexico. This project involves the construction of a 125,884 square foot facility aimed at enhancing healthcare services for approximately 6,000 American Indian and Alaskan Native residents, with a construction magnitude expected to exceed $10 million. The procurement emphasizes compliance with local regulations, safety standards, and environmental considerations, ensuring the facility meets the healthcare needs of the community while adhering to federal guidelines. Proposals are due by March 7, 2025, following a pre-proposal conference on January 23, 2025, and interested contractors can contact Matt D Sanders at matt.sanders@ihs.gov for further information.
    IAW Buy Indian Act of 1910- Sources Sought for Scheduling Services at WRSU
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for scheduling services at the Whiteriver Hospital in Arizona, in accordance with the Buy Indian Act of 1910. The procurement aims to implement a comprehensive internet-based scheduling system, the QGenda Advanced Scheduling System, to enhance the scheduling efficiency for various healthcare departments, ensuring compliance with accessibility and data protection standards. This initiative reflects the government's commitment to improving healthcare management through technology, with a focus on supporting Indian-owned businesses. Interested parties can contact Michele Lodge, Contract Specialist, at Michele.Lodge@ihs.gov or by phone at 702-204-9522 for further details.
    KSU Telecommunication Service
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking telecommunications services for the KSU Telecommunication Service project in Kayenta, Arizona. The procurement aims to enhance communication capabilities through wired telecommunications, which are vital for supporting healthcare delivery and operational efficiency in the region. Interested vendors should note that the primary contact for this opportunity is Daisha Richards, who can be reached at Daisha.Richards@ihs.gov or by phone at 928-697-5076 for further inquiries.
    Request for Quote IHS1502887 - Chinle Rheumatology Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for on-site specialty clinic services and telehealth rheumatology physician services at the Chinle Comprehensive Health Care Facility in Arizona. The contract, which will run from April 1, 2025, to March 31, 2028, requires the contractor to conduct quarterly on-site visits, provide telemedicine consultations, and ensure culturally sensitive care tailored to the Navajo community. This initiative aims to enhance healthcare services for American Indians and Alaska Natives, ensuring quality care while adhering to established healthcare standards and government regulations, including HIPAA. Proposals must be submitted via email by 5:00 PM MT on March 6, 2025, and are open to businesses with a size standard of $30 million under NAICS code 561320. Interested parties can contact Tanya Begay at tanya.begay2@ihs.gov or by phone at 928-674-7635 for further information.
    Cheyenne River CT Renovation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, designated under Solicitation Number 75H70125Q00006, is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment, with an estimated construction cost between $25,000 and $100,000 and a performance duration of 120 days post-notice to proceed. The renovation includes demolition, installation of new medical equipment, and compliance with health and safety regulations, including the Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452 for further details.
    BAO Tele-Health Specialty
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS) Billings Area Office, is seeking proposals for a contractor to provide telehealth specialty services aimed at improving healthcare access for Native American populations in Montana and Wyoming. The contractor will be responsible for the planning, implementation, and quality assurance of telehealth solutions, focusing on managing chronic conditions, offering counseling, and facilitating provider-to-provider consultations across various specialties such as dermatology, cardiology, and behavioral health. This initiative is critical for enhancing healthcare delivery while minimizing travel costs for patients, and it requires the contractor to maintain national accreditation, employ qualified personnel, and adhere to stringent security protocols. Interested parties can contact Ashley Flynn at ashley.flynn@ihs.gov or Alta A. Adrian at alta.adrian@ihs.gov for further information regarding this opportunity.