Q--Mental Health Services for HINU
ID: 140A2325Q0166Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

Offices of Physicians, Mental Health Specialists (621112)

PSC

MEDICAL- PSYCHIATRY (Q519)

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 the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for mental health services at Haskell Indian Nations University (HINU) under solicitation number 140A2325Q0166. The procurement aims to provide comprehensive mental health support, including on-campus and virtual counseling, crisis intervention, and educational workshops, with a total of 3,080 service hours required over the academic year from August 1, 2025, to July 31, 2026. This initiative is crucial for enhancing the well-being and academic success of the university's community, reflecting a broader commitment to mental health services in educational settings. Interested bidders must submit their proposals by July 14, 2025, and can direct inquiries to Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.

    Point(s) of Contact
    Nahlee-Marshalek, Michelle
    michelle.nahlee@bie.edu
    Files
    Title
    Posted
    Haskell Indian Nations University is initiating a comprehensive mental health services project aimed at supporting the well-being and academic success of its community, including students, staff, and faculty. The project encompasses on-campus and virtual counseling sessions to address various mental health concerns, case management for daily needs and crisis intervention, and workshops focusing on mental health education. Key deliverables involve individual counseling sessions, crisis response, and training for faculty and staff. The service period aligns with the academic year, with potential for extension based on demand. Professionals involved must meet specific qualifications, including credentials as licensed counselors or case managers. Haskell will provide essential facilities, technical infrastructure, and support to facilitate program implementation. Emphasizing confidentiality, the document stresses the university's commitment to creating a nurturing environment that fosters mental health and holistic growth within the campus community. This initiative reflects broader trends in federal and state support for mental health services in educational institutions.
    The Haskell Indian Nations University (HINU) seeks a contractor to provide print and eBook textbook services for students over one academic year, with potential for four option years. The selected contractor, eCampus, will create an online bookstore enabling students to choose their materials in various formats, including new, used, or rental options. Textbooks will be shipped to either the Tommaney Library or directly to student residences, incorporating free standard shipping and the option for expedited shipping at a fee. HINU will discontinue other textbook services and provide promotional support for the eCampus bookstore. Training for library staff will be included to facilitate distribution and returns of materials. The contract period is set from August 1, 2025, to July 31, 2026, with a focus on enhancing student access to academic resources while promoting individualized learning preferences. This initiative aligns with the federal mission of HINU to support Indigenous education through accessible learning materials.
    The document details a federal government Request for Proposal (RFP) for a contracting opportunity, specifying labor hours over a five-year span, divided into a base year and four option years. Each year is allocated 3,080 labor hours, although the associated costs are not specified, indicated by the blank spaces. This structured approach indicates planning for consistent workforce demands for the contract period, with the base year serving as an initial commitment followed by additional options that enable contract extension based on performance and funding availability. The absence of cost figures suggests that the pricing is to be defined or negotiated upon proposal submission. This RFP structure encourages bidders to prepare comprehensive plans that detail their service delivery for the specified hours over an extended term, aligning with government objectives for efficiency and budget management.
    The document addresses the solicitation No. 140A2325Q0166, which seeks bids for two roles under a single award for a total of 3,080 hours spread across an academic year. Bidders are required to submit one quote for both positions, as evaluations will be based on a combined technical proposal. The services must be rendered on the HINU campus, and although both roles may vary in hours, they collectively fulfill the 3,080-hour requirement. Specific performance metrics and details are outlined in the Statement of Work (SOW), with expectations for clear invoicing and individual background checks for onboarding. The period of performance spans from August 1, 2025, to July 31, 2026. This solicitation reflects a structured approach to government contracting, emphasizing clarity in proposal submission and performance expectations for interested bidders. The emphasis on a comprehensive technical offering underscores the importance of holistic evaluation criteria in government solicitations.
    The document pertains to an amendment of a solicitation regarding the addition of a Mental Health Statement of Work (SOW) for a government contract. Contractors are instructed to acknowledge receipt of this amendment by various means, including electronically or through physical copies, with a clear deadline for acknowledgment specified. The period of performance for the revised contract is set from August 1, 2025, to July 31, 2026. The amendment does not change any other contract terms and requires the contractors to return signed copies to the issuing office if necessary. This amendment is part of standard administrative procedures in federal contracting, focusing on clarity and compliance with solicitation protocols. It reflects the government's effort to implement mental health services within its contractual obligations, emphasizing the importance of acknowledging amendments in a timely manner to avoid potential rejection of offers.
    The document is an amendment to solicitation number 140A2325Q0166 concerning government contracts administered by the Indian Education Acquisition Office. The primary purpose of this amendment is to formally upload a question and answer (Q&A) document relevant to the solicitation, making no other changes to the existing terms. It requires bidders to acknowledge receipt of the amendment while submitting offers, affirming their understanding of the modifications before the specified deadline. The contract's period of performance is stated to be from August 1, 2025, to July 31, 2026. The document outlines various methods for acknowledgment, such as completing the amendment on submitted offers or through electronic communication. It also highlights the importance of timely acknowledgment to prevent offer rejection, ensuring compliance with federal regulations governing such processes. The appendix specifies that all remaining terms and conditions of the referenced contracts remain unchanged and in effect.
    The document outlines a Request for Proposal (RFP) for mental health services at Haskell Indian Nations University (HINU), emphasizing solicitation from Indian Economic Enterprises (IEE) classified as small businesses under the Buy Indian Act. The procurement involves a firm-fixed price contract for a base year beginning August 1, 2025, with four optional renewal years through 2030. Key points include the necessity for prospective contractors to meet specified qualifications, including compliance with FAR regulations. The offer due date is set for July 14, 2025, and assessments will be conducted based on price, experience, and past performance, with the government prioritizing overall value over the lowest price. Additional requirements presented include adherence to federal acquisition regulations, submission of a detailed pricing schedule, and completion of necessary provisions, representations, and certifications. The document stresses the importance of proper registration in SAM.gov and outlines the necessity of background investigations for contractors involved with Indian children, maintaining a focused approach to compliance and oversight throughout the contract’s performance period. This RFP illustrates the government's commitment to elevating Indian-owned small businesses while prioritizing mental health service provisions for the university community.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Behavioral Health Counselors
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for Behavioral Health Counselors to establish a comprehensive behavioral health program at Pine Ridge School in Pine Ridge, South Dakota. The procurement aims to address ongoing crises, particularly the issue of youth suicide on the reservation, by providing on-site counseling, crisis intervention, assessments, and psychoeducational sessions for both general and special education students. The contract will be a Labor Hour type, requiring two full-time licensed counselors, with a base performance period from January 19, 2026, to January 18, 2027, and four optional one-year extensions. Interested parties can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details.
    TITLE IV PELL GRANT SPECIALIZED SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking a contractor to provide specialized services for Title IV Pell Grant processing at Haskell Indian Nations University (HINU). The primary objective is to enhance the efficiency of awarding Pell Grants to eligible students by utilizing the university's financial aid systems, including CAMS, COD, and EDConnect, while developing Standard Operating Procedures to streamline operations. This contract, set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), will be awarded as a Firm Fixed Price purchase order for a base year with an option for an additional year, with quotes due by December 19, 2025, at 2:00 PM CST. Interested parties can contact Jeff Morris at jeff.morris@bie.edu or by phone at 505-364-2130 for further details.
    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.
    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.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    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.
    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.
    Trash Pickup for Dennehotso Boarding School
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for trash pickup services at the Dennehotso Boarding School through the solicitation RFQ 140A2326Q0031. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and falls under NAICS code 562111, which pertains to solid waste collection. The contract will be a Firm Fixed Price purchase order with a base year from January 1, 2026, to December 31, 2026, and includes four one-year options extending through December 31, 2030. Interested offerors must submit all-inclusive quotes, be registered in SAM.gov, and comply with various federal acquisition regulations, with inquiries directed to Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
    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).
    Haskell Indian Health Center Generator Gas Line Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the replacement of a natural gas line at the Haskell Indian Health Center in Lawrence, Kansas. The project involves furnishing, replacing, and installing a new 3-inch gas line with a meter and regulator to ensure the generator operates at full capacity, addressing current limitations posed by the existing undersized line. This procurement is a 100% Small Business set-aside under NAICS code 238220, with an estimated contract value between $25,000 and $100,000, and a performance period of 120 calendar days from the Notice to Proceed. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.