Retail Pharmaceutical Prescription Fulfillment for Nashville Area Office Patients
ID: 285-25-RFP-0001Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENASHVILLE AREA INDIAN HEALTH SVCNASHVILLE, TN, 37214, USA

NAICS

Pharmaceutical Preparation Manufacturing (325412)

PSC

MEDICAL- PHARMACOLOGY (Q517)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for retail pharmaceutical prescription fulfillment services for patients at the Nashville Area Office in Tennessee. The procurement aims to establish a maximum of two firm fixed-price contracts to provide essential pharmaceutical services, including the verification of patient eligibility and billing procedures, while ensuring compliance with federal regulations. This initiative is crucial for improving healthcare accessibility for American Indians and Alaska Natives, as it facilitates the delivery of necessary medications through local pharmacies. Interested vendors should contact Paul Carr at paul.carr@ihs.gov or 615-467-1567 for further details, with proposals due by the specified deadlines outlined in the solicitation documents.

    Files
    Title
    Posted
    The document outlines the solicitation for a contract targeted at Women-Owned Small Businesses (WOSB) for the provision of retail pharmaceutical services by the Indian Health Service (IHS) Nashville Area Office. Its main objective is to support local pharmacies in delivering prescription fulfillment services to IHS patients within a designated service area, emphasizing the importance of integrating digital processes for efficiency in billing and prescription handling. The contract seeks proposals for a firm fixed-price agreement with a maximum of two vendors, requiring compliance with federal regulations and standards. Key requirements include the capability to verify patient eligibility with insurance at the point of service, billing primary insurances first, and maintaining accurate records for all transactions. The document emphasizes the necessity for pharmacies to operate within a certain radius of tribal seats and encourages innovative service models, such as home delivery. It also details the responsibilities of contractors regarding submission of invoices, adherence to federal laws, and maintaining high standards in pharmacological practices. The document serves as a critical framework for promoting equitable access to healthcare for American Indians and Alaska Natives through local pharmacy partnerships, ensuring operational effectiveness while adhering to regulatory guidelines.
    The document outlines a Request for Proposals (RFP) for the Nashville Area Pharmacy Prescription Fulfillment, detailing the estimated quantities and types of pharmaceuticals required for the fiscal year 2025. It lists over 200 medications, including various forms and dosages such as Metformin tablets, Eliquis tablets, and Gabapentin capsules. The procurement aims to meet the pharmaceutical needs of local healthcare services, ensuring access to essential medications. The list includes brand names and specifies required quantities, facilitating service providers in submitting competitive bids based on Wholesale Acquisition Cost (WAC) or Average Wholesale Price (AWP). This RFP is part of broader state and local initiatives to improve healthcare accessibility and affordability, reflecting the government's commitment to supporting essential health services through effective procurement strategies. The detailed bidding sheet emphasizes transparency and structured procurement processes within the public health sector.
    The Business Associate Agreement (BAA) outlines the responsibilities of the Indian Health Service (IHS) and its business associates under HIPAA regulations regarding the protection of Protected Health Information (PHI). The document establishes definitions, compliance obligations, and the permissible uses and disclosures of PHI. It emphasizes that business associates must implement safeguards, report unauthorized disclosures, and maintain individual access to their PHI while adhering to minimum necessary requirements. The agreement also details obligations of the IHS, termination clauses, and the process for managing PHI upon termination. Additionally, it highlights the importance of accurate PHI maintenance for administrative and clinical processes. The BAA serves as a critical framework to ensure legal compliance and the safeguarding of sensitive health information essential for health operations within the IHS network, thus promoting public trust and confidentiality.
    This document addresses the Retail Pharmaceutical Prescription Fulfillment Request for Proposals (RFP) aimed at serving patients within the Nashville area. It primarily focuses on a query regarding the pricing format on the bid sheet, where a vendor expressed concern that the requested dispensing quantities may not reflect realistic dispensing practices. The vendor proposed that the Indian Health Service (IHS) consider adjusting the bid sheet to represent typical or average dispensing quantities. The IHS responded, indicating that they request vendors to extrapolate pricing based on established drug quantities, correlating with standard 30-day or 90-day supply norms, accounting for varying daily intake frequencies. This reflects the operational requirements for accurate pricing for pharmaceutical services within government healthcare frameworks.
    The document outlines the details of a Request for Proposals (RFP) for retail pharmaceutical prescription fulfillment services for patients at the Nashville Area Office. It addresses inquiries regarding pricing structures on the bid sheet, indicating that vendors should extrapolate quantities based on typical dispensing practices, as medications are dispensed in varying amounts for 30-day or 90-day supplies. The document also clarifies billing protocols when a pharmacy does not accept a patient's insurance or if the medication is not covered; in such cases, pharmacies must offer discounted rates that do not exceed Medicare pricing for the same prescriptions. This guidance is vital for potential vendors to ensure compliance with pricing and billing expectations outlined in the RFP, emphasizing the government’s focus on offering accessible pharmaceutical services to patients in the Nashville area.
    Similar Opportunities
    THC – Pharmacy Department - Two (2) Pharmacist
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide pharmacist services at the Tsaile Health Center in Arizona. The procurement involves supplying two pharmacists for a contract period from May 1, 2025, to April 30, 2028, with contractors responsible for all associated costs and operating independently without government supervision. This opportunity is designated for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561320, emphasizing the importance of supporting Indian-owned businesses in public procurement. Interested parties must submit their quotes by March 26, 2025, directly to the designated contracting officer, Earl Morris Jr., at earl.morris@ihs.gov, with secondary contact Tanya Begay available at tanya.begay2@ihs.gov for further inquiries.
    Pharmacy Reverse Distribution and Destruction Services for the Crownpoint Healthcare Facility
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Pharmacy Reverse Distribution and Destruction Services for the Crownpoint Healthcare Facility in New Mexico. The contractor will be responsible for managing the reverse distribution of both controlled and non-controlled substances, ensuring compliance with federal regulations regarding the disposal of expired and unusable drugs, and maximizing credit recovery from manufacturers. This service is crucial for maintaining environmental safety and financial efficiency within the healthcare framework, as it addresses the proper disposal of pharmaceutical waste while prioritizing community health needs. Interested contractors should contact Marshall Arviso at Marshall.Arviso@ihs.gov or 505-786-6319, or Janice Martinez at Janice.Martinez@ihs.gov or 505-786-6216 for further details. The contract will be awarded under a Total Small Business Set-Aside, with a base year and four optional renewal periods, and proposals must be submitted in accordance with the outlined Statement of Work.
    FY25 TOHATCHI HEALTH CENTER Expired Medication Returns
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the provision of Expired Medication Returns Services at the Tohatchi Health Center in New Mexico. This procurement aims to establish a contract for the quarterly return and disposal of expired medications, emphasizing compliance with FDA and DEA regulations for both controlled and non-controlled substances. The contract is structured for a base year with options for three additional years, reinforcing the importance of proper handling of expired pharmaceuticals while supporting Indian-owned Small Business Economic Enterprises (ISBEE). Interested offerors must submit their proposals, including a technical proposal, past performance documentation, a price proposal, and a signed SF1449, by the specified deadline, with questions due by March 20, 2025, at 10:00 am (MDT). For further inquiries, contact Ken Parrish at Ken.Parrish@ihs.gov or call 505-726-8895.
    THC – Outpatient Department - Two (2) Registered Nurse
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide two Registered Nurses (RNs) for the Tsaile Health Center in Arizona. The procurement aims to secure nonpersonal services for a total of 2,080 hours per RN each year, with the contract duration spanning from May 1, 2025, to April 30, 2028, including a base period and two option periods. This initiative is crucial for ensuring healthcare delivery in remote areas, particularly within Indian communities, and is set aside for Indian Small Business Economic Enterprises (ISBEE) with a budget threshold of $3.0 million. Interested offerors must submit their proposals by March 20, 2025, to the designated contracting officer, Earl Morris Jr., at earl.morris@ihs.gov.
    Temporary service for Pharmacists at the QNBMHF in Belcourt North Dakota
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide temporary pharmacist services at the Quentin N. Burdick Memorial Health Care Facility (QNBMHCF) in Belcourt, North Dakota. The objective is to recruit, credential, and place Registered Pharmacists to deliver comprehensive pharmacy services to the Turtle Mountain Band of Chippewa Indians and other eligible patients, ensuring compliance with medical standards and regulations. This procurement is crucial for maintaining the quality of healthcare services in a rural setting, where the facility currently employs 17 pharmacists and 6 pharmacy technicians. Interested parties must submit their capabilities via email to Jody Keplin at jody.keplin@ihs.gov by April 1, 2025, at 3:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-25-1503174.
    American Society of Hospital Pharmacists-Residency Program - Santa Fe Indian Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is planning to award a sole source contract for the American Society of Hospital Pharmacists (ASHP) Residency Program at the Santa Fe Indian Health Center in New Mexico. This contract aims to provide essential educational support services through a residency program, which is critical for enhancing the pharmacy services offered at the facility. The contract will span a base year from April 1, 2025, to March 31, 2026, with four additional option years, and is valued below the simplified acquisition threshold. Interested parties may direct inquiries to Contract Specialist Patricia Trujillo at patricia.trujillo@ihs.gov by March 18, 2025, to discuss the potential for competitive procurement.
    THC – Medical Office - Three (3) Family Nurse Practitioner
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for the procurement of three Family Nurse Practitioners (FNPs) to serve at the Tsaile Health Center in Arizona. This opportunity is part of a combined synopsis/solicitation under the Indian Small Business Economic Enterprise (ISBEE) initiative, emphasizing the need for qualified healthcare professionals to enhance medical services within Native communities. The contract will span from April 1, 2025, to December 31, 2027, and includes a base period with two option periods, requiring contractors to submit detailed profiles of proposed staff, ensure compliance with federal regulations, and adhere to specific submission protocols by March 17, 2025. Interested parties can contact Earl Morris Jr. at earl.morris@ihs.gov or Tanya Begay at tanya.begay2@ihs.gov for further information.
    Contact Lenses Supplies, IHS, Phoenix Indian Medical Center, 5-Year BPA
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Blanket Purchase Agreement (BPA) for Contact Lens Supplies to be provided to the Phoenix Indian Medical Center over a five-year term from April 27, 2025, to April 26, 2030. The contractor must have a minimum of ten years of relevant experience and will supply medically necessary contact lenses for Native American and Alaskan Native patients, addressing conditions such as keratoconus and severe refractive errors. This procurement is crucial for ensuring a consistent supply of specialized lenses, which are essential for patient care, while adhering to federal regulations and oversight. Interested bidders must submit their proposals electronically by March 21, 2025, and can contact Donovan Conley at Donovan.Conley@ihs.gov or 602-364-5174 for further information.
    Sources Sought Notice, Antivenin Anascorp Injection, IHS, Phoenix Area Wide BPA
    Buyer not available
    The Indian Health Service (IHS) is conducting a sources sought notice to identify suppliers for Antivenin, Centuronides Immune FAB2, and Anascorp Injection, specifically targeting Indian Economic Enterprises (IEEs), Indian Small Business Economic Enterprises (ISBEEs), and other small businesses. The procurement aims to ensure the availability of these critical pharmaceutical supplies for nine IHS locations in the Phoenix area, emphasizing compliance with the Buy Indian Act to prioritize acquisitions from ISBEEs. Interested vendors must submit a capability statement, including their socio-economic status and proof of being an authorized distributor, by March 19, 2025, to Donovan Conley at Donovan.Conley@ihs.gov. For further inquiries, vendors can contact Donovan Conley at 602-364-5174.
    PHC – Outpatient Department - Four (4) Registered Nurse
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking bids for the provision of four Registered Nurses at the Pinon Health Center in Arizona. This procurement aims to address the critical nursing shortage in rural areas by contracting qualified healthcare professionals to deliver essential medical services to American Indians and Alaska Natives. The contract will span from July 1, 2025, to June 30, 2028, encompassing a total of 2,080 hours per year across three contract periods, with evaluation criteria focusing on past performance, technical capability, candidate qualifications, and pricing. Interested vendors must comply with the Indian Small Business Economic Enterprise (ISBEE) set-aside requirements and submit their offers, including the necessary self-certification under the Buy Indian Act, by the specified deadlines. For further inquiries, potential bidders can contact Earl Morris Jr. at earl.morris@ihs.gov or Tanya Begay at tanya.begay2@ihs.gov.