Solid Waste Management - ACL IHC
ID: 75H70724Q00131Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEALBUQUERQUE AREA INDIAN HEALTH SVCALBUQUERQUE, NM, 87110, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

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 soliciting proposals for solid waste management services at the Acoma Canoncito Laguna Indian Health Center in New Mexico. The contract requires the provision of two 8-cubic yard bins for non-hazardous solid waste, with weekly pickups for both the Health Center and residential areas. This procurement is particularly significant as it supports environmental sustainability and local economic development, being set aside for Indian Small Business Economic Enterprises (ISBEEs), with provisions for other small businesses if no ISBEE bids are received. Interested contractors should contact Judith Mariano at judith.mariano@ihs.gov or 505-256-6753 for further details, and the contract will be structured as a firm-fixed-price arrangement with a base year and two optional extension years.

    Point(s) of Contact
    Judith Mariano
    (505) 256-6753
    (505) 256-6848
    judith.mariano@ihs.gov
    Patricia P Trujillo
    (505) 256-6754
    (505) 256-6848
    patricia.trujillo@ihs.gov
    Files
    Title
    Posted
    The Albuquerque Indian Health Service (IHS) is seeking proposals for solid waste management services for both the Health Center and residential areas in Acoma, New Mexico. The contract requires the provision of two 8-cubic yard bins for non-hazardous solid waste, with weekly pickups. This solicitation is set aside for Indian Small Business Economic Enterprises (ISBEEs), with provisions for considering other small businesses if no ISBEE bids are received. The contract is structured as a firm-fixed-price arrangement, consisting of a base year with two optional extension years. Contractors must adhere to federal, state, local, and tribal regulations in waste disposal, ensuring compliance with safety and environmental standards. Performance evaluations will assess the contractor’s effectiveness and compliance with established service levels. There are clear guidelines for invoicing and payment, requiring electronic submission. The IHS emphasizes contractor accountability and the necessity to contact the designated Contracting Officer for any administrative matters. This contract reflects the government’s commitment to maintaining environmental sustainability while supporting local small business participation.
    The attachment from the Department of Health and Human Services outlines a Past Performance Survey for the Indian Health Service, focused on evaluating contractors’ previous work performance. It includes sections for client information, specific performance inquiries, and a detailed rating system for assessing contractors in various categories. Key aspects include descriptions of the contract type, end goals, patient background, planning and staffing requirements, timeline adherence, and overall quality of service, cost control, timeliness, business relations, and customer satisfaction. The survey employs a rating scale ranging from Excellent to Unacceptable, allowing for objective measurements of contractor performance based on factual indicators. This document is intended to inform selection processes for future contracts, ensuring that contractors demonstrate reliable and effective performance in delivering health services, particularly to the following underserved populations. It emphasizes comprehensive evaluation criteria critical for upholding high standards in contract fulfillment and fostering quality government-provider relationships.
    The document is a Wage Determination Order from the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for employees working under contracts governed by the Service Contract Act (SCA) in New Mexico. The wage determination specifies different wage rates for various occupations, categorized by codes, highlighting the minimum hourly pay for specific roles, which varies based on the applicable Executive Order—Executive Order 14026 mandates a minimum of $17.20 per hour for contracts after January 30, 2022, while Executive Order 13658 offers a lower rate for earlier contracts. The wage determination also outlines required fringe benefits, such as health and welfare payments, vacation, and holiday entitlements, and emphasizes compliance with paid sick leave provisions as per Executive Order 13706. Additional instructions are provided for contractors regarding unlisted job classifications and the conformance process to ensure fair compensation for all employees working on federally contracted projects. In summary, this document serves as a regulatory framework ensuring labor standards and protections for workers under federal contracts in the specified region, promoting equitable pay and compliance with labor laws.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    EVS Cleaning Services Staff
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Environmental Cleaning Services Staff to address staffing shortages at healthcare facilities in Minnesota. The contract seeks to hire up to three trained Environmental Service Contract Staff for a base year with four additional option years, focusing on essential cleaning tasks such as daily sanitization, window washing, and trash removal to maintain hygiene standards critical for patient care. This opportunity underscores the government's commitment to ensuring a clean and sanitary environment in healthcare settings while providing economic opportunities for Indian Economic Enterprises under the Buy Indian Act. Interested contractors can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at Jennifer.Richardson@ihs.gov for further details.
    Floor Stripping and Waxing Services - Santa Fe Indian Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide floor stripping and waxing services at the Santa Fe Indian Health Center in New Mexico. The objective is to maintain a safe and clean environment for patients, staff, and visitors by ensuring the flooring is properly maintained, which includes removing dirt and creating protective barriers to prevent damage. This service is crucial for enhancing the facility's appearance and reducing slip and fall risks, with the contractor required to perform these services at least once a year, potentially up to twice a year, during non-business hours to avoid disrupting patient care. Interested parties should contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or 505-256-6754 for further details, and must respond to the sources sought notice by providing necessary documentation, including certification as a Small Business Indian Firm, to be considered for this opportunity.
    Jicarilla Service Unit Living Quarters Cleaning Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide living quarters cleaning services for the Jicarilla Service Unit located in Dulce, New Mexico. The procurement aims to ensure comprehensive cleaning of 14 government-managed living quarters, focusing on sanitation and maintenance of various areas including bedrooms, bathrooms, kitchens, and common spaces, particularly upon tenant departures. This initiative is crucial for maintaining efficient tenant turnover in a region with limited housing availability, emphasizing the importance of thorough cleaning in government residence management. Interested parties must submit their capabilities and relevant information to Eric Wright at eric.wright@ihs.gov by September 19, 2024, at 12:00 PM (Mountain Daylight Savings Time), and must be registered in the System for Award Management (SAM).
    24/7 Telebehavioral Health Services - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for 24/7 Telebehavioral Health Services at the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement aims to provide mental health services to adolescents suffering from Serious Mental Illness (SMI) and Substance Use Disorders (SUD) through telehealth, thereby enhancing access to care and addressing treatment gaps in the community. This contract, which is a Total Small Business Set-Aside, will be awarded for a base year with four option years, emphasizing the importance of culturally competent care and quality assurance in mental health outcomes for Native American youth. Interested vendors must submit their proposals by 5:30 PM MDT on October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) under the Department of Health and Human Services is seeking proposals for Medicare Cost Reporting Services, aimed at supporting the financial management of healthcare services for American Indians and Alaska Natives. The selected contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and ensuring compliance with Medicare and Medicaid regulations, which are critical for the reimbursement processes of over 600 healthcare facilities. This procurement is significant as it underscores the federal government's commitment to maintaining healthcare service levels in underserved populations while ensuring financial accountability. Proposals are due by 07:30 AM (EST) on September 23, 2024, and should be submitted electronically to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 for each option period.
    Nurse Phone Triage (Nurse Advise Line) ACL IHC
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEE) to provide 24/7 Nurse Phone Triage Services for the Acoma-Canoncito-Laguna Indian Health Center (ACL IHC). The objective is to establish a Nurse Advise Line staffed by registered nurses who can assist patients with health inquiries and guide them on when to seek further medical attention, utilizing licensed medical protocols and software. This procurement aligns with the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses while ensuring access to essential healthcare services for the community. Interested firms must respond with their qualifications, certifications, and a detailed capabilities statement by contacting Judith Mariano at judith.mariano@ihs.gov or by phone at 505-256-6753.
    Locate eligible & qualified SB Indian Economic Enterprises (IEE) able to provide Custodial or Janitorial (Housekeepers) Services within the IHS Great Plains Area for PHS/IHS Rosebud Hospital located in Rosebud, SD 57570
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking qualified Indian Economic Enterprises (IEE) to provide custodial and janitorial services for the PHS/IHS Rosebud Hospital located in Rosebud, South Dakota. The objective is to identify eligible firms capable of delivering comprehensive cleaning and sanitation services, particularly during staffing shortages, to maintain a safe environment for patients and staff at the 35-bed facility. This procurement is critical for ensuring high hygiene standards and operational continuity within the hospital, which serves a significant Native American population. Interested parties must respond to the sources sought notice by submitting their qualifications and capabilities to Ursula Maslonka at ursula.maslonka@ihs.gov, with a focus on compliance with the Buy Indian Act and relevant federal guidelines.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    S--Notice of Intent to Sole Source - Solid Waste Disposal, BIA, Pine Ridge
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) intends to award a sole source Firm-Fixed Price contract for solid waste disposal services to the Oglala Sioux Tribe of Pine Ridge Indian Reservation. This contract, valued at approximately $217,625.00, will cover a 12-month period from October 1, 2024, to September 30, 2025, as mandated by Tribal Ordinance No. 20-08, which requires all government entities operating within the Pine Ridge Reservation to utilize the Tribe's Solid Waste Management program. Interested firms that believe they can fulfill this requirement are invited to submit a capability statement and pricing information by 12:00 PM CT on September 21, 2024, via email to Madisen Bourland at Madisen.Bourland@bia.gov, with the notice ID number included in the subject line.
    Sol_75H70724Q00139 Podiatry Supplies for the Podiatry department Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS), Albuquerque Area Office, is seeking proposals for podiatry supplies for the Podiatry department at the Zuni Comprehensive Community Health Center located in Zuni, New Mexico. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, with a tiered evaluation process favoring small businesses, including Service Disabled Veteran Owned Small Businesses and Certified HubZone Small Businesses. The supplies are essential for enhancing podiatric care services, and the contract will include a base period with options for renewal, focusing on quality assurance and compliance with federal regulations. Proposals are due by October 2, 2024, with inquiries to be submitted by September 26, 2024, to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.