Intent Notice-Sole Source-Firm Fixed-Price, Non-Personal Services for a Nephrologist Services at the Ft. Yates PHS, IHS Hospital, Ft. Yates, North Dakota.
ID: IHS1504556Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEGREAT PLAINS AREA INDIAN HEALTH SVCABERDEEN, SD, 57401, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)
Timeline
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 10, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 6:00 PM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for nephrology services at the Fort Yates PHS, IHS Hospital in North Dakota. The procurement aims to provide on-site nephrologist services associated with the local Dialysis center, which is crucial for the tribal population that faces significant travel burdens for necessary medical consultations. The selected vendor must ensure continuity of care and comply with IHS policies, with a performance period of one year from the date of award and an estimated contract value of less than $61,000. Interested parties may direct questions to Denese Carty via email at denese.carty@ihs.gov, and responses to this notice must demonstrate the advantages of a sole source award.

Point(s) of Contact
Files
Title
Posted
Jan 10, 2025, 6:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for providing on-site Board Certified Nephrology physician and Advanced Practice Provider (APP) services at the Indian Health Service (IHS) Fort Yates Hospital in Fort Yates, ND. The contractor must comply with IHS policies and ensure adherence to the American Society of Nephrology guidelines. Key qualifications include a current medical license, board certification in nephrology, and completion of continuing medical education. Contractor personnel must have fluency in English and complete mandatory training, including privacy and infection control. The PWS specifies a performance period starting from December 1, 2025, with coverage required at least one day per month by nephrology physicians and additional support by APPs. Documented procedures for patient care, quality assurance, and compliance with patient safety standards are mandated, alongside requirements for medical record maintenance and disclosure policies. The document emphasizes the distinction between contractor employees and government personnel, outlining liability protections and management oversight. This comprehensive framework ensures that nephrology services are effectively delivered to IHS patients while maintaining high professional and operational standards.
Similar Opportunities
Sole Source Notice: Annual Maintenance Service on Alaris Smart Infusion Pumps
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), intends to award a sole source contract for annual maintenance services on Alaris Smart Infusion Pumps. The procurement aims to secure preventive maintenance services for these medical devices located at the Blackfeet Service Unit in Browning, the Crow Service Unit in Crow Agency, and the Fort Belknap Service Unit in Harlem, Montana. These infusion pumps are critical for delivering medications and fluids to patients, underscoring the importance of their reliable operation and maintenance. The IHS plans to issue a fixed-price purchase order for the period from May 1, 2025, through April 30, 2026, with four optional 12-month extensions. Interested firms that believe they can provide the required services are encouraged to notify the IHS within 15 days of this notice, with inquiries directed to Tanya Azure at Tanya.Azure@ihs.gov or by phone at 406-247-7064.
Intent to Award/Sole Source to BECTON, DICKINSON AND COMPANY for Bactec FX Top and NUC service contract for automated blood culture system
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to award a sole source contract to Becton, Dickinson and Company for the Bactec FX Top and NUC service contract related to their automated blood culture system. This procurement aims to ensure uninterrupted service provision, which is critical for direct patient care, as Becton, Dickinson and Company is uniquely qualified to deliver the necessary services. The contract will have a base period of one year, with two additional one-year option periods, and is classified under NAICS code 334516 for Analytical Laboratory Instrument Manufacturing. Interested parties may contact Bennett Arvessto at bennett.arvessto@ihs.gov or call 928-724-3611 for further information, although no competitive proposals will be solicited for this opportunity.
SOURCES SOUGHT: Firm Fixed-Price, Commercial Item, Delivery/Task Order to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota. POP: Base Plus Four (4) Option Years
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU) at the Fort Yates IHS Hospital in North Dakota. The procurement aims to enhance laboratory services by supplying essential reagents for the Abbott Architect i1000SR Immunoassay Analyzer, which will be used for various diagnostic tests, including the detection of proteins, allergens, drugs, and infectious diseases. Timely delivery is crucial, with a requirement for items to be shipped within seven days and the capability for expedited overnight shipping in urgent situations. Interested parties must respond to the Sources Sought notice by providing their company information and identifying their business status in relation to the specified NAICS code (424210) by the deadline, with all submissions directed to David Jones at the Great Plains Area Indian Health Service.
SOURCES SOUGHT- VersaJet II System for Pine Ridge IHS Hospital
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide a VersaJet II Hydrosurgery System for the Pine Ridge IHS Hospital in South Dakota. The primary objective is to secure a contract for the VersaJet II device, which is essential for wound management care, allowing for precise removal of necrotic tissue while preserving healthy tissue, thereby improving patient outcomes and reducing healing times. This procurement is part of a broader initiative to enhance healthcare standards within the IHS, and interested parties are encouraged to submit their capability statements by April 11, 2025, to Mary Sarenana at mary.sarenana@ihs.gov, including the Sources Sought Number IHS1506418 in the subject line. The contract will be a firm fixed price blanket purchase order for a base year plus four option years, with no solicitation currently available.
INTENT TO SOLE SOURCE: PRESS GANEY
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Press Ganey for Patient Experience Survey Services at the Chinle Comprehensive Health Care Facility in Arizona. This procurement aims to maintain compliance with the Hospital Consumer Assessment of Healthcare Providers and Systems (HCAHPS) requirements, ensuring uninterrupted patient care across multiple locations, including Chinle, Pinon Health Center, and Tsaile Health Center. The contract will cover a base period of one year with an option for an additional year, and the selected contractor is deemed uniquely qualified to provide these essential services. Interested parties may contact Tilda Nez at tilda.nez@ihs.gov or call 928-674-7474 for further information, although no competitive proposals will be solicited.
Solicitation for one (1) OPD Nurse for the Dzilth-Na-O-Dith-Hle Health Center
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for one (1) OPD Nurse to provide non-personal healthcare services at the Dzilth-Na-O-Dith-Hle Health Center in Bloomfield, New Mexico. The contract entails a base period of six months with an option for an additional six-month renewal, and it is exclusively set aside for Indian Owned Small Businesses under the Indian Small Business Economic Enterprise (ISBEE) program. This opportunity is crucial for ensuring quality healthcare services in the community while supporting local economic enterprises, and it requires compliance with specific certifications such as ACLS and BLS. Interested offerors must submit their proposals, including qualifications and pricing, by April 8, 2025, and can contact Michael Austin at michael.austin@ihs.gov for further information.
Services to provide primary direct patient care, alcohol and substance abuse and community health representative services to Urban Indian Patients in the Sioux Falls and Pierre, South Dakota Communities.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide primary direct patient care, alcohol and substance abuse services, and community health representative services to Urban Indian patients in the Sioux Falls and Pierre communities of South Dakota. The procurement aims to ensure uninterrupted healthcare services in alignment with the Indian Health Care Improvement Act, emphasizing the need for compliance with federal and state laws regarding patient data management and equitable access to healthcare for Urban Indian beneficiaries. Interested parties must submit their capabilities via email to Nichole Lerew by April 15, 2025, at 3:00 PM CST, and should include the Sources Sought Number IHS1509692 in the subject line. For further inquiries, contact Nichole Lerew at nichole.lerew@ihs.gov or Mona Weinman at mona.weinman@ihs.gov.
INTENT TO SOLE SOURCE - CAREFUSION for Pyxis rental with full support
Buyer not available
Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to negotiate a sole source contract with CareFusion Solutions for Pyxis rental with full support. Pyxis is a drug automated distribution system that controls the availability, access distribution, and patient safety. The contract will be in effect from the date of award to March 31, 2025. This is a non-competitive procurement based on exclusive licensing agreement. Other potential sources may submit a capability statement by July 24th, 2024.
BFSU Utility - Water and Sewer Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
Notice of Intent - KHC - various supplies for Ortho Vision Swift Analyzer
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to negotiate a non-competitive firm-fixed-price contract with Ortho-Clinical Diagnostics, Inc. for various supplies related to the Ortho Vision Swift Blood banking analyzers at the Kayenta Health Center in Arizona. The procurement aims to secure essential supplies for performing blood typing, antibody screens, and crossmatches on patient samples and blood units, ensuring direct patient safety and care. This contract is crucial for maintaining the operational efficiency of the health center's blood banking services over a one-year period, from January 1, 2025, to December 31, 2025. Interested parties other than Ortho-Clinical Diagnostics, Inc. may submit capability statements to Jerlyn Begay at jerlyn.begay@ihs.gov by 1:00 PM EST on December 24, 2024, although the government is not obligated to respond to submissions.