TOTAL SMALL BUSINESS SET-ASIDE - ONLINE CLINICAL RESOURCE SUBSCRIPTION FOR OKLAHOMA AREA IHS
ID: 246-25-Q-0037Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEOK CITY AREA INDIAN HEALTH SVCOKLAHOMA CITY, OK, 73114, USA

NAICS

Web Search Portals and All Other Information Services (519290)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small businesses to provide an online clinical resource subscription for the Oklahoma City Area IHS. The procurement aims to secure an evidence-based online clinical resource that offers comprehensive medical and drug information, clinical guidelines, and Continuing Medical Education (CME) credits, accessible 24/7 to clinicians across two hospitals and eight ambulatory health care centers. This resource is critical for enhancing healthcare delivery and supporting clinical decision-making within the IHS, ensuring compliance with Section 508 standards and providing necessary technical support and training. Interested vendors must submit their proposals by April 18, 2025, with the contract expected to commence on June 1, 2025, and run through May 31, 2030, including options for additional years. For further inquiries, Edson Yellowfish can be contacted at Edson.Yellowfish@ihs.gov or by phone at 405-951-3888.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) #246-25-Q-0037 for a commercial service, specifically an Evidence-Based Online Clinical Resource for the Oklahoma Area Indian Health Service. It is a small business set-aside solicitation, emphasizing the need for qualified vendors to submit written quotes by April 18, 2025. The RFQ includes five line items covering a base year and four option years, starting on approximately June 1, 2025. Vendor proposals will be evaluated based on technical qualifications (50%), past performance (30%), and pricing (20%), with non-price factors carrying greater weight. The technical evaluation will assess understanding of the Statement of Work (SOW), quality assurance, and customer service. Offerors must provide at least two references for similar past contracts, including detailed performance information. Clauses from the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation (HHSAR) apply, and all contractors must be registered in the System for Award Management before contract award. The summary encourages electronic submissions via email, stating that responses lacking sufficient detail may be rejected. This RFQ represents a structured procurement effort aimed at enhancing healthcare services for the Indian Health Service.
    The document pertains to an information request regarding the staffing and operational status of Oklahoma Area Indian Health Service (IHS) facilities, specifically focusing on the number of staffed beds, the electronic medical record system currently in use, and updated headcounts related to inpatient admissions and clinicians. The responses outline that all facilities operate under the IHS RPMS/EHR system. A detailed table lists physician and practitioner counts across various health centers in Oklahoma, with a total of 215 clinicians before October 1, 2025, decreasing to 133 afterward. Inpatient admissions are recorded at 1,078 annually, with a reduction to 38 post-October 1, 2025. This data is intended to support potential federal or state grants and RFPs by providing critical operational insights into the IHS facilities. The structured response emphasizes the importance of accurate staffing and operational figures in addressing community health needs.
    The document outlines the requirements for a Request for Proposal (RFP) related to training services for the Oklahoma City Area Indian Health Service. It emphasizes that the vendor must provide Continuing Medical Education (CME) certified as ACCME-accredited with AMA PRA Category points for each reviewed topic in their monthly usage reports. Additionally, the vendor is expected to offer training services tailored to the organization’s needs, available upon request. This may include web-based or live sessions, with the possibility of specialized training sessions for the staff. Overall, the focus is on ensuring that training is both comprehensive and accessible while adhering to specific accreditation standards.
    The Indian Health Service (IHS) seeks a subscription for an evidence-based online clinical resource to support medical and drug information for its Oklahoma City Area Office, servicing two hospitals and eight ambulatory health care centers. This online tool will provide 24/7 access to clinicians, offering drug information, clinical guidelines, and Continuing Medical Education (CME) credits. Key requirements include comprehensive content across various medical specialties, user-friendly navigation, mobile compatibility, and IP-based access authentication to streamline user experience. The contractor must ensure the product's compliance with Section 508 standards and provide adequate technical support, training, and detailed usage reporting. The contract spans from June 1, 2025, to May 31, 2030, with the provision for option years. The project emphasizes the need for real-time updates and a structured, accessible interface, reflecting the IHS’s commitment to enhancing healthcare delivery through effective clinical decision support tools.
    Similar Opportunities
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    MCG Health Evidence Based Guidelines
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a Sole Source Non-Personal Service Purchase Order to MCG Health, LLC for the provision of evidence-based clinical guidelines to support patient care management at the Rosebud Indian Health Service Hospital in South Dakota. This procurement aims to enhance the quality of care through the implementation of clinical guidelines, which are crucial for effective patient management and treatment outcomes. The contract will cover a period of one base year with four additional option years, and interested parties can reach out to Andrea Whipple at andrea.whipple@ihs.gov or by phone at 605-747-0402 for further details.
    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).
    Notice of Sole Source Award
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Phoenix Area Indian Health Service, is issuing a notice for a sole source award for a Point of Care Web-Based Software System. This procurement aims to provide a clinical decision support resource software system that assists clinicians in making informed point-of-care decisions to enhance patient care quality across various health clinics in the Phoenix area. The software, supplied by UptoDate Incorporated, is crucial for delivering high-quality, evidence-based medical care by offering timely access to peer-reviewed clinical information. Interested parties capable of providing similar services may submit a capability statement to Michele Lodge at Michele.Lodge@ihs.gov by 3 PM (EST) on January 2, 2026, referencing notice number PHX-SS-26-004. The period of performance for this contract is set from January 1, 2026, to June 30, 2026.
    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.
    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.
    Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
    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 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.
    OPTOMETRY EQUIPMENT- CLINTON IHS
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotes for the procurement of two new Zeiss Cirrus Model 6000 OCT devices with AngioPlex software, along with annual maintenance agreements, specifically for the Clinton Service Unit in Oklahoma. This procurement aims to replace outdated equipment at the Clinton, El Reno, and Watonga Indian Health Centers, ensuring compliance with federal standards and enhancing ocular imaging and analysis capabilities. The contract includes delivery, installation, comprehensive training, and adherence to stringent security and accessibility requirements, with a performance period from January 1, 2026, to December 31, 2026, and an option for four additional years. Interested vendors must submit their quotes by December 15, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must also self-certify their status as an Indian Economic Enterprise under the Buy Indian Act.
    Emergency Department Medical Equipment and Supplies
    Health And Human Services, Department Of
    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.
    Sources Sought: 24/7 Nursing Telephone Triage Services for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide 24/7 Nursing Telephone Triage Services for the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The primary objective of this procurement is to establish a toll-free Nurse Advice line aimed at reducing unnecessary emergency room visits for American Indian and Alaskan Native patients residing on or near the Lake Traverse Reservation. This service is crucial for enhancing healthcare access and efficiency for approximately 7,000 tribal members, ensuring they receive appropriate care while minimizing costs associated with emergency services. Interested parties must submit their capability statements to Jeremiah Tsoodle at jeremiah.tsoodle@ihs.gov by December 31, 2025, at 1:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-26-1520417.