Non-Personal Service contract for Internal Medicine Physician Services
ID: 75H71025Q000063Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA

NAICS

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

PSC

MEDICAL- OTHER (Q999)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for a non-personal service contract to provide Internal Medicine Physician Services in New Mexico. The contract aims to fill one position for an Internal Medicine Physician, with options for outpatient-only roles or a combination of inpatient and outpatient services, depending on the contractor's qualifications and experience. This opportunity is particularly significant as it is a Buy Indian Set-Aside, meaning only quotes from Buy Indian Small Business Economic Enterprises will be accepted, emphasizing the importance of supporting local and indigenous businesses. Interested parties must submit their quotes by August 12, 2025, at 5:00 PM MT, and can direct inquiries to Cornelius Tsipai or Michael Austin via their respective emails.

    Point(s) of Contact
    Cornelius Tsipai
    cornelius.tsipai@ihs.gov
    Michael Austin, Contract Specialist
    michael.austin@ihs.gov
    Files
    Title
    Posted
    The document outlines the contractual clauses and provisions for federal government contracts, particularly those involving commercial products and services, with a focus on compliance, ethical conduct, and small business utilization. Key clauses incorporated by reference cover prohibitions on certain confidentiality agreements, restricted hardware/software, and telecommunications equipment, as well as requirements for accelerated payments to small business subcontractors and whistleblower protections. The document details specific FAR clauses that apply, highlighting those marked with an 'X' as directly incorporated, such as those related to whistleblower rights, executive compensation reporting, and prohibitions on ByteDance applications. It also addresses equal opportunity, combating trafficking in persons, and sustainable products. Furthermore, the file includes specific Department of Health and Human Services Acquisition Regulation (HHSAR) clauses, emphasizing those for Indian Economic Enterprises, electronic payment submissions, and key personnel requirements. It mandates medical liability insurance for healthcare services and outlines the responsibilities of the Contracting Officer’s Representative (COR) and the implications of unauthorized commitments. The document concludes with instructions for offerors regarding representations and certifications, particularly for small businesses and other disadvantaged categories, and the evaluation criteria for awards.
    The document focuses on a contract solicitation by the Department of Health and Human Services (HHS), specifically the Indian Health Service, regarding health care services. It incorporates numerous Federal Acquisition Regulation (FAR) clauses, emphasizing compliance with statutes and executive orders, including the Buy Indian Act that requires contracts to prioritize Indian Economic Enterprises. Key requirements for vendors include demonstrating technical capability, past performance, and pricing fairness. The document outlines critical clauses that govern the conduct and responsibilities of the contracting parties, such as insurance requirements, contractor cooperation in equal employment opportunity investigations, and conditions for subcontracting. Importantly, it mandates the contractor to maintain liability insurance and outlines processes for personnel management, particularly surrounding key personnel. Overall, this solicitation emphasizes accountability, compliance with federal mandates, and the promotion of small and Indian-owned businesses, reflecting the government's commitment to support and leverage local economies while ensuring transparency and efficiency in public spending.
    The document outlines a pricing schedule for non-personal services, likely part of a federal, state, or local Request for Proposal (RFP) or grant. It details line items for non-personal services, including a monthly rate of 160 hours and a separate rate for standby services. The schedule emphasizes that the listed hours are estimates and do not guarantee orders of those quantities, preventing equitable price adjustments based on unfulfilled estimates. A key aspect is the "All-Inclusive" rate, which covers all labor, fringe benefits, transportation, per diem, supervision, housing, and all other necessary expenses, including applicable federal, state, and local taxes. This rate also accounts for special pay for holiday or overtime work. The document refers to a Performance Work Statement for specific work schedules and tours of duty, indicating that this pricing schedule is a component of a larger contractual agreement. It serves as a standardized template for contractors to submit their proposed costs for services, ensuring clarity on what is covered by the all-inclusive rate and the estimated nature of the hours.
    The document outlines a Pricing Schedule for Nonpersonal Services by the NNMC Department, highlighting the estimated pricing and service expectations for contracted personnel. It specifies a provision for 160 hours of service per month and additional standby hours upon scheduling. The pricing is described as all-inclusive, covering regular and overtime rates, as well as labor-related expenses like fringe benefits, transportation, per diem, supervision, housing, and applicable taxes. It clarifies that the estimated hours provided are merely projections and that a discrepancy between estimated and actual order quantities does not warrant a price adjustment. The document emphasizes the importance of reviewing the Performance Work Statement for specific work schedules and duties, underlining the structured approach to contracting and compliance within government services.
    The Q&A for Solicitation #75H71025Q000063 addresses various aspects of a medical provider contract, clarifying that there is no incumbent. The solicitation seeks providers for either outpatient-only roles or a mix of inpatient and outpatient services, with the determination based on the contractor's qualifications and recent inpatient experience. Family medicine doctors are not accepted. Outpatient shifts are typically 8 hours, Monday-Friday, while mixed roles involve 10-hour shifts, four days a week, with occasional 12-hour weekend shifts. Inpatient providers may have occasional night call (no more than once every two weeks) and are expected to remain in the hospital during call. Daily patient loads average 10-16 for clinic patients and 5-10 for inpatients, plus 1-2 admissions. The ability to perform paracentesis and central lines is preferred for inpatient providers. While inpatient service is preferred, it is not mandatory; outpatient-only roles are accepted. The contract can accommodate multiple providers.
    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.
    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.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 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.
    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.
    (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.
    PT PHARMACIST - CLINTON IHS
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide part-time pharmacist services for the Clinton Service Unit in Oklahoma, specifically for the Clinton, El Reno, and Watonga Indian Health Centers. The contract requires the provision of uninterrupted pharmacist services to eligible Native American patients, including processing prescriptions, patient counseling, and inventory management, with a performance period from January 1, 2026, to December 31, 2026. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, promoting economic development within Native communities. Interested vendors must submit their written quotes by December 9, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must meet specific qualifications, including a valid Oklahoma Pharmacist license and relevant experience.
    Sources Sought IAW Buy Indian Act of 1910: Psychiatric Physicians Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified providers for psychiatric physician services under a Sources Sought notice. This procurement is set aside for Indian Economic Enterprises (IEE) and aims to address the mental health needs of the Native American population in Winterhaven, California. The services are critical for enhancing mental health care access and quality within the community, aligning with the objectives of the Buy Indian Act of 1910. Interested parties can reach out to Michele Lodge, the Contract Specialist, at Michele.Lodge@ihs.gov or by phone at 702-204-9522 for further information.
    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.
    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.
    75H70626Q00009-Total Small Business Set-Aside, Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) Services for the Quentin N. Burdick Memorial HealthCare Facility in Belcourt North Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm-Fixed Price contract for Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) services at the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. The procurement is a Total Small Business Set-Aside under NAICS Code 561320, requiring all-inclusive pricing that covers travel, lodging, per diem, and taxes, with a contract term consisting of a Base Period and four Option Years. This service is critical for providing essential diagnostic imaging support to the healthcare facility, ensuring compliance with security clearances, including FBI background checks and screenings against the OIG Exclusion List. Interested vendors must submit their quotes by December 16, 2025, at 12:00 pm CST, with quotes remaining valid until March 31, 2026. For further inquiries, contact Jody Keplin at jody.keplin@ihs.gov or by phone at 701-477-8416.