Non-Personal Service Contract for General Surgery (Nocturnist)
ID: IHS1503921_GSType: 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- SURGERY (Q523)

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, specifically the Indian Health Service, is seeking qualified vendors to provide a non-personal service contract for General Surgery (Nocturnist) at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract requires the provision of one General Surgeon for a base period of six months, with an option to extend for an additional six months, emphasizing the need for comprehensive medical services in the region. This opportunity is particularly significant as it is set aside for Indian Economic Enterprises under the Indian Small Business Economic Enterprise (ISBEE) program, promoting economic development within Native American communities. Interested contractors must submit their quotes by February 14, 2025, at 11:00 am, and are encouraged to contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov for further information.

    Point(s) of Contact
    Verni Harrison-Yazza
    verni.harrison-yazza@ihs.gov
    Michael Austin, Contract Specialist
    michael.austin@ihs.gov
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements and scope for a government contract, emphasizing quality, timelines, and compliance with federal regulations. It details the expectations for project deliverables, including measurable benchmarks and performance metrics. The PWS is structured to guide contractors through project execution, outlining roles, responsibilities, and reporting procedures to ensure accountability. It mandates adherence to safety protocols and standards throughout the workflow, emphasizing the importance of effective communication between stakeholders. Additionally, the document establishes the criteria for evaluating contractor performance, which includes timely completion, quality of work, and adherence to budget constraints. By defining the necessary resources, expertise, and timelines, the PWS serves as a critical framework for managing government contracts effectively, ultimately aiming to enhance operational efficiency and service delivery within the public sector. This PWS is integral to fostering transparency and mutual understanding between the government and contractors involved in federal and local RFP processes.
    This government document details the contract clauses incorporated by reference for a solicitation aimed at commercial products and services by the Department of Health and Human Services (HHS). It addresses compliance with numerous federal acquisition regulations (FAR) and includes specific clauses related to ethical business practices, cybersecurity, small business utilization, and labor standards. Key points highlight the contractor's obligations regarding confidentiality, reporting executive compensation, and ensuring employment verification. Crucially, the document mandates adherence to the Buy Indian Act, requiring offers solely from Indian Economic Enterprises. Provisions regarding subcontracting limitations, payment structures, and options for service extensions are outlined. The document also emphasizes the importance of contractor accountability and the necessity of training in federal regulations related to child protection in healthcare and discrimination. Overall, it serves as a framework for ensuring compliance, protecting government interests, and promoting fairness in procurement processes, particularly emphasizing the inclusion of Native American businesses and adherence to equitable labor practices in contract performance.
    The document outlines the representation form required under the Buy Indian Act, intended for use by contractors bidding for federal contracts with the Indian Health Service. It emphasizes the need for self-certification that the Offeror qualifies as an "Indian Economic Enterprise" throughout various phases: at the offer submission, at the contract award, and during contract performance. If the enterprise loses this status, immediate notification to the Contracting Officer is mandatory. It also highlights the necessity of compliance with the System of Award Management (SAM) and warns against providing false information, stipulating legal repercussions for violations. Additionally, the form requires the Offeror to declare whether they meet the ownership criteria defined by the Act, supported by relevant identification details. Overall, this document serves to ensure adherence to the legal framework of the Buy Indian Act while fostering economic opportunities for Native American entities in federal contracting.
    The document outlines a pricing schedule for nonpersonal services provided to the NNMC Department. It specifies the estimated provision of 160 hours of services per month at an all-inclusive unit price. This rate encompasses all necessary expenses, including labor costs, fringe benefits, transportation, supervision, housing, and taxes, ensuring comprehensive coverage. The hours stated are estimates and do not guarantee minimum orders, thus preventing price adjustments based on varying government requirements. Detailed terms regarding services, including any special pay for holidays or overtime, should be referred to in the Performance Work Statement. The structure focuses on clear pricing while emphasizing inclusivity of various costs incurred during service delivery. The document serves as a crucial reference for potential contractors as part of the federal procurement process.
    Similar Opportunities
    BLANKET PURCHASING AGREEMENT FOR MISCELLANEOUS DENTAL SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to establish a Blanket Purchasing Agreement for miscellaneous dental supplies at the Four Corners Regional Health Center in Shiprock, New Mexico. The procurement aims to secure essential dental supplies, including a wide range of materials necessary for dental procedures, with a focus on supporting Indian Economic Enterprises under the Buy Indian Act. This opportunity includes a base year and four option years, with a purchase limitation of $40,000 per call, and quotes are due by February 12, 2025, at 11:00 am. Interested vendors should contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov for further details and ensure compliance with registration requirements in the System for Award Management (SAM).
    Sol_75H70725Q00038 - Medical Supplies for Zuni Comprehensive Community Health Center, ISBEE SET ASIDE
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for medical supplies required for the inpatient departments at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) under the Buy Indian Act, emphasizing the government's commitment to supporting Indian-owned businesses while addressing critical healthcare needs. The contract will involve multiple awards and is structured as a firm-fixed price agreement, with a focus on ensuring compliance with quality standards established by the U.S. Food and Drug Administration. Interested vendors must submit their proposals by February 10, 2025, with inquiries due by February 3, 2025, to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    Non-Personal Healthcare Services for Radiologist at the Gallup Indian Medical Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified sources to provide non-personal healthcare services for one Radiologist at the Gallup Indian Medical Center in Gallup, New Mexico. The anticipated contract will cover a base period from January 1, 2025, to June 30, 2025, with an option for an additional six months, focusing on delivering essential radiology services to the local community. This procurement is part of the Buy Indian Act initiative, which prioritizes Indian economic enterprises, and interested parties must submit a capabilities package by December 2, 2024, to the primary contact, Felecia Chavez, at felecia.chavez@ihs.gov or by phone at (505) 339-7810.
    Inscription House Health Center: Non-Personal Healthcare Services - Outpatient Physicians
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking capable sources to provide non-personal healthcare services, specifically outpatient physician services, at the Inscription House Health Center located in Tonalea, Arizona. The procurement aims to secure outpatient physician services for a period from April 1, 2025, to March 31, 2027, structured in six-month intervals, with a focus on ensuring quality healthcare delivery to the local community. Interested parties must submit a capabilities package by February 10, 2025, including their qualifications and relevant experience, to Amber Whitehair at amber.whitehair@ihs.gov, as this opportunity may be subject to set-asides under the Buy Indian Act, which prioritizes Indian economic enterprises.
    Sources Sought for StealthStation ENT Navigation System
    Buyer not available
    The Indian Health Service (IHS), specifically the Phoenix Area Indian Health Service, is seeking qualified contractors to provide specific MEDTRONIC equipment or equivalent for the Phoenix Indian Medical Center. The procurement includes items such as the Stealthstation ENT Navigation System and various associated kits and instrument sets, aimed at enhancing medical capabilities within the facility. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting Native-owned small businesses in federal contracting. Interested vendors must submit their responses by February 11, 2025, to Phillip Wendzillo at phillip.wendzillo@ihs.gov, ensuring they meet the eligibility criteria as authorized distributors and provide necessary documentation regarding their socio-economic status.
    Blanket Purchase Agreements (BPA) for Medical and Surgical Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking capable contractors to establish Blanket Purchase Agreements (BPA) for the provision of medical and surgical supplies at the Chinle Comprehensive Health Care Facility in Arizona. This sources sought notice aims to gather information on potential suppliers who can deliver a variety of medical and surgical supplies on an as-needed basis, with a tentative performance period extending until December 31, 2025. The procurement falls under the NAICS code 339113, which pertains to Surgical Appliance and Supplies Manufacturing, and emphasizes the preference for Indian economic enterprises as per the Buy Indian Act. Interested parties must submit a capabilities package to the primary contact, Danelle Attson, by the specified deadline, including necessary documentation to confirm their eligibility and intent to participate in future solicitations.
    Kayenta Health Center: Non-Personal Healthcare Services - Inpatient Physicians
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking capable sources to provide non-personal healthcare services for inpatient physicians at the Kayenta Health Center in Kayenta, Arizona. The procurement aims to secure qualified medical professionals to support the inpatient department, with a contract period anticipated from May 1, 2025, to April 30, 2027, structured in six-month increments. This opportunity is significant for ensuring the delivery of essential healthcare services to the local community, with a focus on compliance with the Buy Indian Act, which prioritizes Indian economic enterprises. Interested parties must submit a capabilities package to Amber Whitehair at amber.whitehair@ihs.gov by February 10, 2025, at 1:00 PM EST, including necessary documentation to confirm eligibility and experience.
    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.
    Sources-Sought Notice – Management Inquiry BPA
    Buyer not available
    The Indian Health Service (IHS), under the Department of Health and Human Services, is conducting market research through a Sources-Sought Notice for a Blanket Purchase Agreement (BPA) focused on management inquiries in the Navajo Area. The procurement aims to identify qualified sources capable of performing administrative and management investigations, which include reviewing case materials, conducting interviews, documenting processes, and providing recommendations, with each investigation requiring 15 to 30 hours of work. This opportunity is significant for enhancing administrative efficiency within the IHS and promoting economic opportunities for Indian-owned businesses, particularly those that qualify under the Buy Indian Act. Interested parties must submit their qualifications and relevant documentation to William Lee at William.Lee@ihs.gov by February 5, 2025, at 2:30 PM MST, ensuring they are registered in the System for Award Management (SAM) and meet the eligibility criteria outlined in the IHS IEE Representation Form.
    Sources Sought for Orthodontic Services at the Albuquerque Indian Dental Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide orthodontic services at the Albuquerque Indian Dental Clinic in New Mexico. The procurement involves delivering non-personal healthcare orthodontic services for a total of 55 days over an 11-week period, requiring 40 hours of service each week. This initiative is crucial for enhancing dental care access for the local Indian population, and the opportunity is set aside for Small Business Indian Firms or small business concerns. Interested parties must submit their responses, including a Statement of Capabilities, to Stephanie Begay at stephanie.begay3@ihs.gov by February 14, 2025, at 12:00 PM (Mountain Time), and must be registered in the System for Award Management (SAM) and the Invoice Processing Platform (IPP).