IAW Buy Indian Act of 1910 for ED and Primary Care Physician Services at Whiteriver Service Unit
ID: RFP-25-PHX-12Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)

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 Emergency Department and Primary Care Physician services at the Whiteriver Service Unit in Arizona. The procurement aims to provide non-personal professional medical services, with a focus on staffing a Level IV trauma center that serves approximately 40,000 patients annually. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act of 1910, emphasizing the importance of culturally competent healthcare delivery in Native American communities. Proposals must be submitted electronically by August 29, 2025, with inquiries directed to Michele Lodge at Michele.Lodge@ihs.gov or by phone at 702-204-9522.

    Point(s) of Contact
    Michele Lodge, Contract Specialist
    (702) 204-9522
    Michele.Lodge@ihs.gov
    Files
    Title
    Posted
    The document outlines a federal government contract for medical staffing, specifically for ED Physicians at Whiteriver Service Unit and Primary Care Physicians at WRSU & Cibecue. The contract details quantities in hours for a base period and three option years, with 2040 hours annually for ED Physicians and 500 hours annually for Primary Care Physicians. While the unit prices and total prices are currently zero, the document includes an annual inflation rate of 2.25% and a fringe benefits rate of 0.00% as assumptions for future cost calculations. This structure indicates an RFP or grant focused on securing medical personnel for specific service units, with provisions for multi-year engagement and cost adjustments based on inflation.
    This document, Attachment B, is a Business Associate Agreement required by the Indian Health Service (IHS), a covered entity under HIPAA. It mandates that vendors, acting as "Business Associates," safeguard Protected Health Information (PHI) used and disclosed during their contract. The agreement outlines strict obligations for Business Associates, including compliance with HIPAA Rules, safeguarding PHI (both general and electronic), reporting unauthorized uses or disclosures, and promptly notifying of any breaches of unsecured PHI. It also details procedures for individual access, accounting of disclosures, and amendment of PHI. The document specifies permitted uses and disclosures of PHI, limitations, and the responsibilities of the Covered Entity (IHS) to inform the Business Associate of privacy practice changes. The agreement outlines termination conditions, emphasizing the Business Associate's responsibility to return or destroy PHI upon termination, and includes an indemnification clause for HIPAA non-compliance. It is incorporated into the main contract, ensuring regulatory adherence and patient data protection.
    The Arizona Department of Revenue has granted an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, designating it as a Qualifying Hospital. Effective January 1, 2025, this exemption waives Arizona Transaction Privilege Tax and Use Tax for specific business classifications, including Utilities, Pipeline, Publication, Job Printing, Restaurant, Personal Property Rental, Retail, and Use Tax. The organization is also exempt from Cities Privilege Tax and Use Tax for similar classifications, as well as Jet Fuel Tax, Commercial Lease, and Wastewater Utility Service. This exemption applies to the organization as the customer, with limitations on deductions for transient lodging/hotel. The letter lists various locations in Arizona and California covered by the exemption and specifies that an Arizona Form 5000HC is required to document exempt transactions. The exemption can be rescinded if information is inaccurate or if the organization no longer qualifies.
    The Whiteriver Service Unit (WRSU) seeks to acquire non-personal professional medical services for the Whiteriver Indian Hospital and Cibecue Health Center, specifically for Emergency Department (ED) and Outpatient Primary Care Physician roles. The solicitation outlines strict requirements for candidates, including specific residency completions (Family Medicine, Internal Medicine, Pediatrics, or Emergency Medicine), board certification/eligibility, active unrestricted medical licenses, and various life support certifications (BLS, ACLS, PALS, ATLS for ED). Prior to service, selected physicians must undergo an Indian Health Service security clearance, including fingerprint and Office of Inspector General exclusion list checks. The contract period includes a base year plus four option years, with a fixed hourly rate covering all expenses. Physicians must comply with all WRSU policies, timely complete medical records, and adhere to CMS, EMTALA, and Joint Commission standards. The WRSU utilizes an electronic health record (EHR) system for documentation. The document details performance standards, including peer review and 'Code Blue' response, with a Quality Assurance Surveillance Plan (QASP) in place to monitor compliance. Contractors must provide detailed candidate profiles and ensure cooperation with background checks and credentialing/privileging processes before assuming clinical responsibilities. Adherence to HIPAA and other relevant federal laws regarding patient medical records is mandatory.
    The Phoenix Indian Medical Center's Standard Timesheet for Contract Services is a crucial document for tracking and verifying hours worked by contractors. It ensures compliance with contract terms by requiring contractors to certify their hours, including detailed entries for time in, lunch, time out, and total hours for each weekday, along with a description of hours. The timesheet also mandates verification by both the Department Receiving Official and the Contracting Officer Representative to confirm that services provided align with the contract. This document serves as an essential record for accountability and adherence to contractual agreements within federal government healthcare operations.
    The Indian Health Service (IHS) requires offerors to self-certify their status as an "Indian Economic Enterprise" (IEE) in accordance with the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought notices, and RFIs. This certification must be maintained throughout the offer, award, and contract performance periods. Failure to meet IEE criteria necessitates immediate written notification to the Contracting Officer. While self-certification is required, Contracting Officers may request additional documentation, and eligibility is subject to protest. Successful offerors must also register with the System for Award Management (SAM). Providing false or misleading information is a violation of law, punishable under 18 U.S.C. 1001, with false claims during performance subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287. The form requires the offeror to represent whether they meet the IEE definition, with spaces for owner and business details, tribal affiliation, and Unique Entity Identifier (UEI) Number.
    The SF 1449 Continuation outlines crucial provisions, clauses, terms, and instructions for federal government contracts, particularly for the Indian Health Service (IHS). Key sections cover contract administration, special requirements, contract clauses, and solicitation provisions. Important aspects include mandatory registration in the System for Award Management (SAM), electronic invoice submission, and strict payment terms. Special requirements emphasize physical demands, cultural sensitivity, and rigorous evaluation processes. The document also details comprehensive background checks, security clearances, and health requirements, including immunizations and personal hygiene. It defines the roles and authorities of the Contracting Officer (CO) and Contracting Officer Representative (COR), stressing that only the CO can modify contract terms. The period of performance includes a base year and four option years, contingent on satisfactory performance and fund availability. Several FAR clauses are incorporated by reference, covering ethical conduct, whistleblower protections, equal opportunity, and combating human trafficking. This document ensures compliance, accountability, and the efficient execution of government services.
    The document outlines a proposal for the provision of healthcare services, specifically focusing on Emergency Department (ED) and Primary Care Physicians for the Whiteriver Service Unit (WRSU) and Cibecue. It includes detailed contract specifications for a base period and two option years, delineating service quantities, units, and estimated costs, although all financial figures are currently left blank. Key positions identified include 2040 hours for an ED Physician and 500 hours for a Primary Care Physician per year. The contract assumes an annual inflation rate of 2.25% and indicates no fringe benefits as part of the projected costs. The absence of numerical values suggests this is an initial framework awaiting bids or input from potential contractors. The purpose of this document is to solicit proposals for these healthcare services, ensuring the continuity of medical care in the specified service areas as part of federal and state healthcare initiatives.
    The document outlines a Business Associate Agreement (BAA) between the Indian Health Service (IHS) and a vendor, designating the vendor as a business associate responsible for securely handling Protected Health Information (PHI). Under HIPAA regulations, business associates must safeguard PHI and report any unauthorized disclosures or breaches promptly. The agreement defines key terms and responsibilities, including compliance with HIPAA rules, safeguarding strategies, and requirements for reporting breaches or providing individual access to PHI. The BAA mandates that the vendor ensures its subcontractors adhere to similar confidentiality requirements. Additionally, it stipulates the process for terminating the agreement, including the return or destruction of PHI once the contract ends. The document underscores the importance of compliance in protecting sensitive health information and sets clear obligations for both the IHS and the vendor, reinforcing the need for responsible data management in government health operations.
    The Arizona Department of Revenue has issued an exemption letter to the Department of Health & Human Services, specifically the Phoenix Area Indian Health Service, effective January 1, 2025. This exemption relieves the organization from the Arizona Transaction Privilege Tax and the Use Tax for specific business classifications, including utilities, publication, job printing, restaurants, personal property rental, and retail. The organization will also benefit from exemptions regarding the Cities Privilege Tax under similar classifications. It is important to note that the exemption does not cover transient lodging and other limited statutory exemptions. The document outlines the procedure for maintaining this exemption, indicating that transactions must still comply with other tax obligations unless specified deductions or exclusions apply. A copy of the exemption letter should be presented to vendors alongside an applicable exemption certificate. The letter also stresses that any inaccuracies in the provided information can result in the exemption's rescindment. Appendix A lists the various locations of the exempt organization. Overall, this letter confirms the organization’s status as a qualifying hospital under Arizona law, emphasizing its commitment to healthcare service provision without additional tax burdens.
    The Whiteriver Service Unit (WRSU) seeks to procure non-personal professional medical services for its Whiteriver Indian Hospital in Arizona. This Request for Proposal (RFP) emphasizes the need for qualified outpatient physicians and emergency medicine providers. Candidates must present credentials, including completion of relevant residencies, active licenses, and certifications like Basic Life Support (BLS). Outpatient physicians are required to provide primary care services across several defined shifts and locations, focusing on both adult and pediatric populations. Emergency medical professionals must be available year-round, with specific qualifications in emergency medicine or related fields. The document outlines requirements for security clearances, credentialing, and adherence to institutional policies, including maintaining medical records in compliance with HIPAA. A structured approach to performance monitoring through a Quality Assurance Surveillance Plan (QASP) is also mandated, emphasizing accountability and quality of care. The selected contractors will be paid a fixed hourly rate encompassing all expenses, with performance reviews needed for continued engagement. This comprehensive procurement strategy reflects the government's commitment to delivering quality healthcare services within the Indian Health Service framework while ensuring compliance with regulatory standards.
    The document is a standard timesheet for contractors providing services to the Phoenix Indian Medical Center. It outlines the necessary information for recording hours worked, including contractor identification, timestamps for hours worked, and a verification section. Contractors must certify that the recorded hours align with the terms of their contract, and there is a designated space for the verification by a department receiving official and a contracting officer representative. The structure includes sections for each week worked, detailing weekdays, date, time in and out, lunch duration, total hours, and descriptions of the work performed. This timesheet is essential for ensuring accurate record-keeping and accountability in line with federal and state regulations, emphasizing compliance within government contracting operations.
    The document outlines the Indian Health Service's requirements under the Buy Indian Act for Offerors participating in solicitations or Requests for Information (RFIs) to demonstrate that they qualify as "Indian Economic Enterprises." It stipulates that Offerors must self-certify their eligibility at three critical points: when making an offer, upon contract award, and during the contract's performance term. If eligibility ceases at any point, immediate notification to the Contracting Officer is required. The document also highlights that individual Contracting Officers may request documentation to ensure compliance, and that false representations may result in legal penalties. Offerors must also be registered with the System of Award Management (SAM). The form concludes with space for the Offeror’s certification, including details about ownership, the federally recognized tribal entity, and the unique entity identifier (UEI) number. This summary serves to facilitate understanding of the qualifications and certifications necessary for firms under federal contracts aimed at benefiting Indian enterprises, reinforcing the importance of compliance and integrity in the procurement process.
    The document outlines the requirements and guidelines for contractors working with the Indian Health Service (IHS) through the procurement process. It emphasizes the necessity of registration in the System for Award Management (SAM) and involves multiple sections detailing contract administration, special requirements regarding physical demands, patient cultural backgrounds, evaluation processes, and security protocols. Contractors must verify licensure and comply with health and appearance requirements, including vaccinations. The document specifies payment terms, invoice procedures, and quality assurance measures. It describes the roles of the Contracting Officer (CO) and the Contracting Officer Representative (COR) in monitoring contractor performance, alongside stipulations for maintaining compliance with Federal Acquisition Regulations (FAR). The overarching goal is to ensure quality delivery of services while addressing patient care standards and safety. The information is structured systematically into sections covering contracts, clauses, and attachments, effectively conveying essential compliance and operational prerequisites for contractors.
    The RFP-25-PHX-12 for ED and Prime Care Physicians at Whiteriver Service Unit addresses various questions regarding the facility and its services. The Emergency Department has 14 physicians (12 board-certified/eligible in Emergency Medicine, 2 with over 10 years of experience), and 4 physician assistants. It offers robust staffing, including Substance Use Navigators, and works with an extensive medical staff covering various specialties. The facility is a Level IV trauma center and a nationally recognized pediatric-ready center. The ER sees 40,000 patients annually, with a 10% admission/transfer rate. The hospital has a 20-bed medical-surgical floor with no ICU. On-site government housing is available for locum contractors. Available specialties include general surgery, orthopedics, podiatry, psychiatry, pediatrics, internal medicine, and obstetrics.
    This document is an amendment to a solicitation or a modification to a contract, specifically Standard Form 30 (SF30), used by federal government agencies like the Indian Health Service (IHS). It outlines the procedures for acknowledging receipt of amendments, making changes to submitted offers, and details the requirements for completing various fields on the form. Key instructions include methods for acknowledging amendments (e.g., completing items 8 and 15, or via separate communication), the importance of timely receipt of acknowledgments to avoid rejection of offers, and guidelines for modifying existing offers. The document also provides a breakdown of each item on the SF30 form, explaining its purpose and how to complete it, covering aspects such as contract ID codes, effective dates, issuing and administering offices, contractor details, accounting data, and descriptions of amendments or modifications. The specific amendment provided serves to issue responses to submitted Questions and Answers, with an attachment of two pages. The form also specifies when contractor signatures are required and clarifies that the contracting officer's signature is not always needed on solicitation amendments.
    Lifecycle
    Similar Opportunities
    Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide non-personal healthcare services, including physician and other professional ambulatory services, for the Purchased/Referred Care (PRC) program in New Mexico. The objective is to procure medically necessary outpatient and inpatient services for eligible American Indian and Alaskan Native patients, which will be delivered at the contractor's facilities rather than IHS clinics or hospitals. This initiative is crucial for ensuring access to specialty healthcare services that are not available through IHS, thereby enhancing healthcare delivery to underserved populations. Interested parties should contact Eric Wright at eric.wright@ihs.gov or Patricia Trujillo at patricia.trujillo@ihs.gov for further details, with proposals due by January 1, 2025.
    (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.
    SOURCES SOUGHT IAW Buy Indian Act of 1910- Psychiatric Physician Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide non-personal professional Psychiatric Physician services for the Fort Yuma Healthcare Center located in Winterhaven, California. The procurement aims to address staffing shortages by securing full-time, on-site psychiatric services, which include medication reviews, clinical evaluations, and treatment planning, with a focus on cultural sensitivity towards the Quechan and Cocopah tribal members. Interested firms must respond to this Sources Sought notice by December 10, 2025, at 3 PM (ET), providing necessary documentation to demonstrate compliance with the Buy Indian Act, including self-certification as an Indian Economic Enterprise. For further inquiries, vendors can contact Michele Lodge, Contract Specialist, at Michele.Lodge@ihs.gov or by phone at 702-204-9522.
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for four Medical Assistants to serve at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The Medical Assistants will be responsible for various patient care tasks, including screenings, specimen collection, vaccination assistance, and phlebotomy, with a requirement for candidates to have relevant qualifications and certifications. This procurement is part of a Buy Indian Set-Aside initiative, emphasizing the importance of supporting Indian Small Business Economic Enterprises, and will result in a single award with a base year and four option periods based on performance. Interested offerors must submit their proposals by January 2, 2026, 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.
    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.
    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.
    Clinical chairs - Stryker TruRize with nurse cable or equal
    Buyer not available
    The Indian Health Service (IHS) Phoenix Area Office is seeking quotes for the procurement of five Stryker TruRize clinical chairs, including nurse cables and various associated components, under a combined synopsis/solicitation (RFQ IHS1520167). This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) registered with SAM.GOV, emphasizing the importance of supporting local businesses in fulfilling healthcare equipment needs. The awarded contract will be based on the lowest-priced, technically acceptable offer, with considerations for price, technical acceptance, delivery, and past performance. Interested vendors must submit their quotes, including all items and shipping costs, by December 10, 2025, at 5:00 PM EST, and can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or 602-364-5012 for further information.
    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.
    Urgent Paramedic/EMT Services, CRHC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a firm fixed-price contract for urgent paramedic services at the Cheyenne River Health Center in Eagle Butte, South Dakota. This contract, valued at approximately $85,856, is aimed at providing temporary paramedic services for an estimated duration of 90 days while a new contract is being established. The procurement is critical to ensure continuity of emergency medical services in the area, thereby supporting the health and safety of the local community. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605/964-0605 for further information.
    Emergency Department Medical Equipment and Supplies
    Buyer not available
    The Indian Health Service (IHS) is conducting market research to identify potential sources for medical equipment and supplies needed for the Emergency Department at Gallup Indian Medical Center in New Mexico. The procurement focuses on a variety of essential items, including general procedure carts, adjustable-height instrument tables, isolation carts, and various scales, all adhering to specific infection control standards and operational efficiency requirements. This opportunity is crucial for ensuring the availability of high-quality medical supplies that support healthcare delivery in the region. Interested vendors must submit their qualifications and capability statements by December 19, 2025, at 10:00 AM (MST) to Rodney Brown at Rodney.Brown@ihs.gov, and must be registered in the System for Award Management (SAM) to participate.