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
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    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.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Health And Human Services, Department Of
    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).
    Rental and Support for Pharmacy Will Call Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to lease, install, and support a Pharmacy Will Call Management System for the Lawton Indian Hospital and Anadarko Indian Clinic in Oklahoma. The system must utilize RFID and barcode technology to enhance medication dispensing accuracy, facilitate audits, ensure secure storage of controlled substances, and integrate with existing electronic health record systems, while also complying with HIPAA regulations. This procurement is crucial for improving pharmacy operations and ensuring the safety and efficiency of medication management within federal IHS sites. Interested parties can contact Audrey Yackeyonny at audrey.yackeyonny@ihs.gov or by phone at 580-354-5381 for further details regarding the solicitation.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project in South Dakota. This project aims to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    DRAFT PERFORMANCE WORK STATEMENT (PWS) Hospital Accreditation Compliance Assessments and Leadership Support
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking industry feedback on the Draft Performance Work Statement (PWS) for Hospital Accreditation Compliance Assessments and Leadership Support. The primary objective of this initiative is to enhance healthcare leadership and ensure compliance with accreditation standards across IHS healthcare facilities, focusing on areas such as operational management, patient safety, and quality improvement. Interested parties are invited to review the draft PWS and submit their comments, recommendations, and feedback to the designated contacts, Hillary Marshall and Darryl Smith, via email. This is a request for comments only, with no guarantee that suggested changes will be incorporated, and responses are due by the specified deadline.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    NNMC Wellness Program Project
    Health And Human Services, Department Of
    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.
    Mid-Atlantic Tribal Health Center Building and Roadside Signage
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the design, fabrication, and installation of exterior building and roadside signage for the Mid-Atlantic Tribal Health Center located in Charles City, Virginia. This opportunity is a total small business set-aside under the Indian Small Business Economic Enterprise (ISBEE) program, emphasizing the importance of clear identification for the new clinic that serves the Native American population with medical and dental care. Interested contractors must adhere to specific design requirements, comply with federal regulations, and complete the project within 150 days of contract award, with a firm-fixed-price contract structure. For further inquiries, interested parties can contact Paul Carr at paul.carr@ihs.gov or Henry Daniels at henry.daniels@ihs.gov, and site visits can be arranged by contacting Remedios Holmes at Remedios.Holmes@ihs.gov or 804-622-0011.
    3Shape Dental System Software for White Earth Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the acquisition of 3Shape Dental System Software for the White Earth Health Center Dental Laboratory. The procurement aims to enhance the laboratory's capabilities in fabricating restorative, implant, and removable prosthetics, requiring the contractor to deliver the software license, activation dongle, and provide online training and renewal services. This opportunity is set aside for Indian Economic Enterprises (IEE) under the Buy Indian Act, with proposals due by December 29, 2025, at 2:00 PM CST. Interested parties should contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at Jennifer.Richardson@ihs.gov for further information.