Provide In Person and Virtual Training - Immunization
ID: 75H70425Q00019solType: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIVISION OF ACQUISITIONS POLICY HQROCKVILLE, MD, 20857, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking a contractor to provide in-person and virtual training focused on immunization for healthcare professionals serving American Indian and Alaska Native communities. The primary objective of this procurement is to enhance the capacity of IHS staff to promote immunization uptake and reduce the risk of infectious diseases through effective training programs. This initiative is crucial for addressing health disparities and improving public health outcomes within these vulnerable populations. Interested contractors must submit their quotes by 12:00 PM EST on April 18, 2025, and direct any inquiries to Contract Specialist Darryl Smith at darryl.smith@ihs.gov. The contract includes a one-year base period with an option for an additional year, and the evaluation will prioritize technical capability, key personnel qualifications, and past performance.

    Point(s) of Contact
    Files
    Title
    Posted
    The document concerns a Request for Quotations (RFQ #75H70425Q00019) aimed at facilitating provider training to enhance immunization assurance within Indigenous communities. It outlines specific queries related to training logistics, participant recruitment, support from Indian Health Service (IHS), and requirements for training materials. Key topics include whether the training will be in-person or virtual, the expected number of training sessions, available resources, participant expectations, and accreditation standards for training facilitators. The document emphasizes the importance of collaboration between the contractor and IHS for community engagement and implementation. It mentions that training is to be conducted quarterly and may involve both live and pre-recorded sessions, with IHS supporting recruitment efforts. The structure of the contract is also addressed, clarifying budget expectations and proposal submission guidelines. Overall, the RFQ sets out a framework for selecting a contractor capable of delivering effective immunization training while ensuring compliance with various logistical, administrative, and educational standards within Indigenous health facilities.
    This government solicitation, numbered 75H70425Q00019, is a Request for Quote (RFQ) for fixed-price services to provide training to Indian Health Service (IHS) staff. The primary goal is to enhance healthcare professionals' capacity to reduce the risk of infectious diseases through immunization uptake via both in-person and virtual training programs. The procurement is open to all eligible contractors, adhering to the NAICS code 611710, with a size standard of $24 million. The contract comprises a one-year base period and a one-year option period. Evaluation criteria prioritize technical capability, key personnel qualifications, past performance, and price, with technical factors holding greater weight than price. Offerors must submit their quotes by 12:00 PM EST on April 18, 2025, with questions due by April 9, 2025. Potential contractors should email their submissions to Contract Specialist Darryl Smith, ensuring acknowledgment of receipt. This solicitation demonstrates the government's commitment to improving public health training and infectious disease prevention within communities served by the IHS.
    The Indian Health Service (IHS) is seeking to enhance immunization rates among American Indians and Alaska Natives (AI/AN) through a proposed training program for healthcare professionals. This initiative addresses significant disparities in vaccine uptake and infectious disease susceptibility within AI/AN communities. The program aims to train providers to effectively communicate about immunizations, utilizing evidence-based strategies like personalized messaging and motivational interviewing. The contract specifies responsibilities for the contractor, emphasizing the establishment of an inter-regional Community of Practice and the development of training materials for healthcare workers focused on culturally relevant communication. Key deliverables include curriculum development, implementation of training, evaluation of its effectiveness, and dissemination of best practices. The performance period is 12 months with an optional extension, and the contractor must ensure timely reporting to the IHS regarding progress and participants. Throughout the contract, strict adherence to security, privacy, and training requirements is mandated, ensuring the protection of sensitive information. Overall, this initiative represents a focused effort to bolster immunization rates and improve health outcomes within vulnerable AI/AN populations, symbolizing the IHS's mission to elevate health standards in these communities.
    The government document outlines the evaluation criteria for contractors bidding on the Immunization Confidence in Indigenous Communities project. Key evaluation factors include Technical Capability, Key Personnel, Relevant Past Performance, and Price. Contractors must demonstrate expertise in immunization related to American Indian/Alaska Native populations, including barriers in healthcare, and must have the capability to train healthcare professionals. They are required to provide evidence of relevant experience, including curriculum development tailored for these communities. Key personnel involved in the project must be highlighted, with specific resumes that showcase their qualifications and experience relevant to the Statement of Work (SOW). Past performance references from similar contracts are mandatory, providing insights into the offeror's previous work and reliability. The proposal evaluation will consider both qualitative and quantitative factors, with a clear methodology to gauge strengths, weaknesses, and deficiencies in submissions. Ultimately, contract awards will be based on a "Best Value Continuum" approach, balancing technical merits against cost, thereby allowing flexibility in selection beyond low-price bids. This process underscores the federal commitment to improving health outcomes in Indigenous populations through targeted immunization initiatives.
    The document outlines a Request for Proposal (RFP) from the Indian Health Service (IHS) for a contractor to provide immunization training programs to healthcare professionals in American Indian and Alaskan Native (AI/AN) communities. The goal is to enhance knowledge and practices around immunization to mitigate the risk of infectious diseases. The RFP specifies a 12-month base year contract with an option for an additional year and requests discounted price quotes from bidders. It also includes clauses related to compliance with Section 508 accessibility standards, necessitating suppliers to submit documentation proving adherence to these standards for ICT products and services. Contractors are required to provide their Unique Entity Identifier (UEI) and other contact details for bid submission. The solicitation incorporates various federal acquisition regulations (FAR) to ensure transparency and compliance, reinforcing the commitment to accessibility and proper service delivery in public health efforts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NNMC Wellness Program Project
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking to award a non-competitive contract for consultation services to the Central Consolidated School District in Shiprock, New Mexico, as part of the NNMC Wellness Program Project. The contract aims to support the Health Promotion Disease Prevention (HPDP) department at the Northern Navajo Medical Center by providing unique consultation services, including access to local facilities for rehabilitation and community wellness initiatives. This opportunity is significant as it addresses health and wellness needs within the community, with a contract period spanning from January 15, 2026, to January 14, 2031, including a base year and four option years. Interested vendors may submit a capabilities statement by December 16, 2025, to Bertina Jones at bertina.jones@ihs.gov.
    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.
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    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.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 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.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    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.
    KHC BIOMERIEUX SUPPLIES
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to negotiate a non-competitive firm-fixed-price contract for supplies from Biomerieux, Inc. This procurement involves the BioFire RP2.1 Panel and Filmarray GI Panel, which are essential for the Laboratory Department at the Kayenta Health Center in Kayenta, Arizona. These diagnostic supplies play a crucial role in supporting healthcare services within the Navajo Area Indian Health Service. Interested parties other than Biomerieux, Inc. may submit a capability statement to Daisha Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 17, 2025, although the government is not obligated to respond to submissions. The contract will span a base year plus four option years, and eligibility requirements include compliance with the Indian Economic Enterprise definition as outlined in the IHS guidelines.
    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).
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    DRAFT PERFORMANCE WORK STATEMENT (PWS) Hospital Accreditation Compliance Assessments and Leadership Support
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking industry feedback on the Draft Performance Work Statement (PWS) for Hospital Accreditation Compliance Assessments and Leadership Support. The primary objective of this initiative is to enhance healthcare leadership and ensure compliance with accreditation standards across IHS healthcare facilities, focusing on areas such as operational management, patient safety, and quality improvement. Interested parties are invited to review the draft PWS and submit their comments, recommendations, and feedback to the designated contacts, Hillary Marshall and Darryl Smith, via email. This is a request for comments only, with no guarantee that suggested changes will be incorporated, and responses are due by the specified deadline.