IAW Buy Indian Act of 1910- Radiology Physician Services at PIMC
ID: RFP-24-PHX-06Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

MEDICAL- RADIOLOGY (Q522)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Radiology Physician Services at the Phoenix Indian Medical Center (PIMC) in Arizona. The contract aims to provide non-personal professional radiology services, with an expected workload of reading 80 to 100 exams daily, including X-rays, CT scans, ultrasounds, MRIs, and mammography readings, over a five-year period with a base year and four option years. This procurement is critical for ensuring the availability of radiology services to meet the healthcare needs of the community while minimizing service disruptions due to staffing challenges. Interested Native American firms must submit their proposals electronically by September 13, 2024, and direct any inquiries to Michele Lodge, Contract Specialist, at Michele.Lodge@ihs.gov.

    Point(s) of Contact
    Michele Lodge, Contract Specialist
    (702) 204-9522
    (602) 364-5030
    Michele.Lodge@ihs.gov
    Files
    Title
    Posted
    This document is a Price/Rate Schedule related to a government Request for Proposal (RFP) for Radiology Physician Services at PIMC. It outlines the pricing structure over five years, including a base year and four option years, with a total estimated workload of 2,200 hours per year. The contractor is required to enter a firm fixed hourly rate for their services, confirming that the total price reflects this fixed rate. The proposal must state that the quote remains valid for 120 calendar days following the solicitation's closure. The main purpose of the document is to provide a clear pricing framework as part of the bidding process for federal health services, ensuring transparency and budget control in government contracting.
    The Business Associate Agreement (BAA) establishes the responsibilities between the Indian Health Service (IHS) and the designated vendor as a "Business Associate," under the Health Insurance Portability and Accountability Act (HIPAA). The document emphasizes safeguarding Protected Health Information (PHI) and outlines the compliance requirements for both parties. Key obligations for the Business Associate include appropriate use and disclosure of PHI, maintaining security and confidentiality, reporting any unauthorized disclosures, and ensuring that any subcontractors adhere to the same terms. The BAA specifies the conditions under which PHI may be used, including authorization by individuals and compliance with HIPAA regulations. In cases of breach or disclosure of unsecured PHI, the Business Associate must notify the IHS promptly. The agreement also mandates behavior upon termination, including the return or destruction of PHI. Additionally, indemnification clauses outline the liability in case of investigations regarding HIPAA violations. Overall, the BAA is designed to ensure that the vendor, as a Business Associate, protects sensitive information while fulfilling its contractual obligations with the IHS, enhancing the security and privacy of health data within the framework of federal regulations.
    The Arizona Department of Revenue has issued an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, granting them an exemption from the Arizona Transaction Privilege Tax and Use Tax for the year 2024. This exemption applies solely to specific business classifications, including utilities, publications, job printing, restaurants, personal property rental, and retail transactions, as detailed in Arizona Revised Statutes. Additionally, the organization is exempt from the Cities Privilege Tax and Use Tax for certain classifications specified in the Model City Tax Code. Appendix "A" lists the locations under this exemption, which include various healthcare centers and service units throughout Arizona. The Exemption Letter is valid until December 31, 2024, with a requirement for annual renewal at least thirty days before expiration. Non-compliance or inaccurate information may result in rescission of the exemption. The document outlines necessary procedures for utilizing this exemption, underlining the significance of adhering to Arizona's tax regulations for eligible organizations in the healthcare sector.
    The Phoenix Indian Medical Center (PIMC) seeks to contract non-personal Professional Medical Services from a Board Certified Radiology Physician for part-time services over a five-year period. The contract includes a base year and four optional extension years, with a focus on flexible availability to address unpredictable staffing needs and minimize service disruptions. All services will occur at the PIMC's Medical Imaging Department. The physician must meet rigorous qualifications, including residency training in radiology, relevant certifications, and experience in diagnostic imaging services. Additional expectations include knowledge of cultural sensitivity, adherence to healthcare protocols, and timely communication of critical patient information. The contractor will ensure proper credentialing, and performance will be monitored through a Quality Assurance Surveillance Plan. Compensation is based on an all-inclusive flat hourly rate for actual services rendered, with defined guidelines for reporting and collaboration with PIMC staff. The document emphasizes compliance with healthcare regulations and the protection of patient confidentiality as mandated by federal laws.
    The document is a timesheet template from the Phoenix Indian Medical Center for contractors providing services under a federal contract. It includes sections for recording work hours for two separate weeks, capturing necessary details such as the contractor's name, department or service, dates, times in and out, lunch breaks, total hours worked, and a description of the hours worked. The contractor, along with a Department Receiving Official and a Contracting Officer Representative, must certify the accuracy of the reported hours and services in accordance with the contractual agreement. This standardized form ensures transparency and accountability in tracking hours and services rendered, which is vital for compliance with federal and state regulations related to government contracts and funding. The structure promotes proper documentation crucial for financial and operational oversight in government-funded projects.
    The document outlines the guidelines for the Indian Health Service’s Buy Indian Act, requiring self-certification from Offerors to confirm their status as an “Indian Economic Enterprise.” This certification must be maintained throughout the offer submission, contract award, and performance periods. Failure to comply necessitates immediate notification to the Contracting Officer. The document emphasizes registering in the System of Award Management (SAM) and highlights legal repercussions for providing false information or claims, referencing relevant statutory penalties. Offers must declare whether they meet the criteria for Indian ownership and provide essential details, including the ownership name and Federally Recognized Tribal Entity. This form underscores the importance of compliance in federal RFPs and contracts promoting economic opportunities for Indian enterprises while ensuring accountability in the procurement process.
    The document outlines various government-related proposals, including federal RFPs (Requests for Proposals) and grants, focusing on fostering transparency and improving public systems through funded initiatives. It emphasizes the importance of clear communication and detailed planning to meet governmental standards and regulations effectively. Key elements discussed include budgeting, implementation strategies, and compliance considerations for projects aimed at societal benefits such as public health, infrastructure, and environmental sustainability. The document serves as a guide for stakeholders to understand expectations and procedural requirements when engaging in federal and state/local funding opportunities. By detailing the significance of meticulous documentation and adherence to established guidelines, the report aims to streamline the application process, thereby enhancing the efficacy of public spending and project execution. Collectively, these initiatives reflect the government's commitment to advancing community welfare and ensuring responsible use of public resources.
    The document outlines the provisions, clauses, and instructions relevant to a federal Request for Proposals (RFP) concerning health services to be offered under a contract with the Indian Health Service (IHS). It details contract administration data including contractor obligations, special requirements regarding physical and cultural demands, and the evaluation process for contractors based on technical abilities and past performance. Key clauses include requirements for registration in the System for Awards Management (SAM), security clearances, background checks, and licensure verification for medical professionals. Additionally, the document specifies insurance liability measures, invoicing procedures, and compliance with various health and safety regulations. It notes the required immunizations for contractor personnel and the structured evaluation protocols for maintaining service quality. This RFP serves to ensure that selected contractors understand the operational requirements and compliance standards necessary for delivering effective healthcare services within IHS facilities, emphasizing accountability and quality care within a federally regulated framework.
    The document outlines the requirements and provisions for contractors engaged with the Indian Health Service (IHS) under federal grants and RFPs. It emphasizes contract administration, special contractual obligations, and regulatory compliance including licensing verification, patient cultural sensitivity, and health and appearance standards. Key sections include contractor responsibilities for background checks, periodic performance evaluations, and the necessity for a Quality Control program. The contract duration is specified as a base year with four renewable options, subject to government requirements and satisfactory performance. Financial processes are detailed, stipulating electronic payment methods and invoice submission standards, mandating that contractors accept payments as full compensation without billing IHS beneficiaries for services rendered. Furthermore, it incorporates mandatory clauses like the contractor's indemnification and insurance obligations, as well as adherence to security standards. Provisions for COVID-19 protocols, compliance with Fair Labor Standards, and equal opportunity laws are also highlighted. This document is crucial for ensuring contractors align with federal guidelines while providing medical services to IHS beneficiaries, thereby facilitating efficient healthcare delivery within the established legal framework.
    The RFP-24-PHX-06 outlines the requirements for Radiology Physician Services at PIMC, specifying the expected workload and operational details. Radiologists are anticipated to read between 80 to 100 exams daily, with specific breakdowns: 60 X-rays, 10 CT scans, 10 ultrasounds, 5 MRIs, and up to 60 mammography readings separately. The shifts are scheduled from Monday to Friday, 8:00 a.m. to 4:30 p.m., with no on-call responsibilities. Being part-time, the services will be utilized on an "as needed" basis, with a flexible approach to compensate for staffing shortages. While lumbar punctures may be requested, other interventional procedures will not be part of the radiologists' duties, and teleradiology services are under a separate contract. The main purpose of this RFP is to ensure the availability of radiology services over the next five years, minimizing disruptions caused by changing needs and staffing challenges.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pine Ridge Radiology Upgrades
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting proposals for the Pine Ridge Radiology Upgrades project located in Pine Ridge, South Dakota, under solicitation number 75H70124R00054. The project entails comprehensive renovations to the radiology department, including the removal and replacement of casework, countertops, flooring, ceiling tiles, and lighting, along with necessary electrical and plumbing upgrades. This initiative is crucial for modernizing healthcare facilities in Native American communities, ensuring compliance with current healthcare standards and technologies. The contract is a 100% Small Business Set Aside, with an estimated value between $250,000 and $500,000, and proposals are due electronically by the specified deadline. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Non-Personal Service contract for Nocturnist Physician Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide Non-Personal Service Contract for Physician Nocturnist Services at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract aims to fulfill healthcare needs for American Indians and Alaska Natives during nocturnal hours, requiring contractors to deliver comprehensive medical services while adhering to strict performance standards and cultural sensitivities. Interested vendors must submit their proposals, including pricing and candidate qualifications, by September 18, 2024, and ensure compliance with the Buy Indian Act, as only offers from Buy Indian small businesses will be accepted. For inquiries, contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov.
    Physician Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking proposals for physician services at the Tohatchi Health Center in New Mexico. The procurement aims to secure non-personal healthcare services, including family medicine, internal medicine, and pediatric care, for the period from January 1, 2025, to December 31, 2025. This opportunity is particularly significant as it is set aside for Indian-owned Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to providing quality healthcare to Indigenous populations while adhering to federal regulations. Interested parties must submit their quotes by September 18, 2024, and can direct inquiries to Misty Billy at Misty.Billy@ihs.gov or by phone at 505-399-0177.
    IQ View Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for the IQ View Software to Comp-Ray Inc. This software is designed to facilitate the export of radiology exams for patients seeking treatment at other medical facilities, thereby enhancing the efficiency of patient care within the Indian Health Services. The contract will be for a period of five years, with the place of performance located in Phoenix, Arizona, and is being pursued under FAR 6.302-1, which allows for procurement from a single source when no other supplies or services can meet agency requirements. Interested parties are invited to submit capability statements to Jeremiah Murrell at jeremiah.murrell@ihs.gov by 12 PM EST on September 19, 2024, for consideration in the procurement process.
    Teleradiology Services for VASNHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Teleradiology Services for the Veterans Affairs Southern Nevada Health Care System (VASNHCS). The contract requires certified or board-eligible radiology physicians to provide remote diagnostic imaging services, including CT, MRI, and ultrasound scans, in accordance with strict American College of Radiology standards. This procurement is critical for ensuring timely and accurate diagnostic services for veterans, with an estimated total contract value of $19 million over the performance period from December 1, 2024, to November 30, 2029. Interested vendors should contact Maricela A Berrones-Gauger at maricela.berrones-gauger@va.gov for further details and to submit proposals, adhering to the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside requirements.
    NetApp Storage Image Grid Health Check
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Native American Owned Small Businesses or Indian Economic Enterprises to conduct a health check on the NetApp Radiology 2nd Tier Image Storage Grid for the Radiology Department at the Gallup Indian Medical Center in Gallup, New Mexico. This opportunity is part of a market research effort to assess the availability of sources capable of providing these services, with a focus on compliance with the Buy Indian Act, which prioritizes Indian-owned businesses in federal contracting. Interested parties must submit a capabilities package, including a completed representation form, by September 17, 2024, at 12:00 PM MST, to the primary contact, Felecia Chavez, at felecia.chavez@ihs.gov. The anticipated period of performance for this contract is one year, and the applicable NAICS code is 541511, with a small business size standard of $34 million.
    Two (2) Emergency Room Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide two Emergency Room Registered Nurse Services at the Northern Navajo Medical Center located in Shiprock, New Mexico. The procurement aims to fulfill the nursing needs of the Emergency Room department for a contract period of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is critical for ensuring adequate healthcare services in the region, particularly under the Buy Indian Act, which prioritizes Indian economic enterprises in federal contracts. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience in similar services.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    24/7 Telebehavioral Health Services - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for 24/7 Telebehavioral Health Services at the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement aims to provide mental health services to adolescents suffering from Serious Mental Illness (SMI) and Substance Use Disorders (SUD) through telehealth, thereby enhancing access to care and addressing treatment gaps in the community. This contract, which is a Total Small Business Set-Aside, will be awarded for a base year with four option years, emphasizing the importance of culturally competent care and quality assurance in mental health outcomes for Native American youth. Interested vendors must submit their proposals by 5:30 PM MDT on October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    Mescalero Service Unit Optometrist Non Personal Healthcare Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for non-personal healthcare services in optometry at the Mescalero Service Unit in New Mexico. The primary objective is to procure optometric services to diagnose and treat visual disorders, with contractors expected to operate independently while adhering to industry standards and federal regulations. This procurement is crucial for ensuring quality eye care for American Indian populations, emphasizing cultural sensitivity and compliance with HIPAA guidelines. Interested offerors must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on September 25, 2024, and must be registered in the System for Award Management (SAM) to be eligible for contract award.