Loading...
75H71326Q00010
Response Deadline
Jun 3, 2026, 5:00 PM(PDT)21 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
SOLICITATION INFORMATION
Solicitation Number: 75H71326Q00010
Solicitation Type: Request for Quotation (RFQ)
Contract Type: Firm-Fixed-Price, Commercial Items (Services/Supplies)
Issue Date: May 12, 2026
Response Deadline: June 03, 2026, 10:00 AM Pacific Time
This requirement is for one (1) Firm-Fixed-Price (FFP) purchase order for contracted pharmacist services to support the Pharmacy Program at the Warm Springs Service Unit (WSSU), Warm Springs, Oregon. This requirement is needed to provide supplemental professional pharmacy coverage, ensuring continuity of pharmacy operations, medication dispensing, and patient care services. The Contracted pharmacist will assist in maintaining safe and effective pharmacy services and support ongoing clinical operations.
Attachment No. 1 – Pricing Schedule, (Supplies or Services and Prices/Costs)
Attachment No. 2 – Wage Determination
Attachment No. 3 – Business Associate Agreement
Attachment No. 4 – IEE Form
Performance Work Statement
Introduction: The Warm Springs Service Unit (WSSU) requires the procurement of contracted pharmacist services to support its Pharmacy program, as current staffing levels are insufficient and have impacted the continuity of patient care. These services are essential for routine pharmacy operations, including medication dispensing, patient counseling, and ensuring safe and effective pharmaceutical care. This action is necessary to maintain service, minimize interruptions in pharmacy operations, protect patient safety, and ensure continued efficient and compliant clinical operations.
Background: The Warm Springs Service Unit (WSSU) requires the procurement of contracted pharmacist services to support its Pharmacy Department due to current staffing shortages caused by vacancies and the limited availability of qualified personnel. These shortages have increased the workload on existing staff and created challenges in maintaining consistent pharmacy operations.
Contracted pharmacist services are essential to support medication dispensing, patient counseling, and overall clinical pharmacy functions related to patient care. The current staffing condition presents a risk of operational disruption, which may result in delays in services and reduced access to care for patients. Continued reliance on limited staffing is not sustainable and increases the likelihood of service gaps.
This acquisition is necessary to ensure reliable pharmacy operations through the provision of qualified, licensed pharmacist personnel, protect patient safety, and prevent further disruption to pharmacy services.
Contractor are advised that housing availability near the Warm Springs Service Unit may be limited.
Scope:
The Contractor shall provide pharmacist services to ensure safe, accurate, and continuous pharmacy operations in support of patient care at the Warm Springs Service Unit (WSSU). Performance shall be measured by the Contractor’s ability to maintain compliant, uninterrupted pharmacy services, support clinical operations, and meet established quality, safety, and timeliness standards. The Contractor shall provide all personnel, supervision, and professional expertise necessary to meet these performance objectives.
The Contractor shall also provide immunizations and offer blood pressure screenings in accordance with applicable clinical guidelines and facility policies.
Performance Objectives and Standards
The Contractor shall provide licensed pharmacist services that ensure continuous support for medication dispensing, verification, and clinical pharmacy functions. Prescription filling, verification, and dispensing shall achieve at least 99% accuracy. All prescriptions shall be reviewed for safety, appropriateness, and effectiveness prior to dispensing with 100% compliance. The Contractor shall provide patient counseling on medication use, storage, precautions, and side effects in at least 95% of applicable encounters, with proper documentation completed in accordance with Indian Health Service (IHS) and facility requirements. The Contractor shall maintain complete, accurate, and timely documentation of pharmacy services and patient interactions with at least 98% compliance. All services shall be performed using Government systems, including RPMS, EHR, ScriptPro, or similar systems, ensuring full compatibility and adherence to documentation standards. The Contractor shall maintain continuous pharmacy operations during scheduled service hours with no unplanned service interruptions attributable to Contractor performance and shall coordinate effectively with pharmacy staff and medical providers to ensure seamless workflow integration. The Contractor shall ensure full compliance with all applicable federal, state, local, and IHS regulations, standards of care, and pharmacy policies. Medication storage, handling, and documentation practices shall meet 100% compliance during audits or inspections.
Key Personnel Qualifications
The Contractor shall ensure all pharmacist personnel possess and maintain a current, active, and unrestricted license to practice pharmacy in any State, Territory, or the District of Columbia, and meet all credentialing and privileging requirements prior to providing services.
A. Minimum Qualifications
The Pharmacist shall, at a minimum:
B. Required Documentation
The Pharmacist shall complete, sign, and submit the following required forms:
C. Additional Requirements
Additional information or documentation may be required by the Warm Springs Indian Health Service (IHS) to support credentialing and privileging. All required forms must be completed thoroughly, accurately, and without errors upon initial submission.
Service Environment and Output Requirements
Services shall be delivered as outpatient clinical pharmacy support and shall provide continuous, accurate, and compliant prescription processing, verification, and dispensing in support of patient care demand. All services shall be performed within accepted professional and clinical standards to ensure patient safety, accuracy, and timeliness.
Service Coordination and Delivery
Services shall be performed at the Warm Springs Service Unit, Warm Springs, Oregon. The Contractor shall coordinate service delivery with the Government Point of Contact at least 72 hours in advance and shall ensure full coverage of required services without gaps attributable to Contractor performance while minimizing disruption to patient care and pharmacy operations.
Infection Control and Safety (Performance Standards)
The Contractor shall comply fully with all infection control and safety protocols, including proper hygiene and handwashing practices, prevention of contamination in patient care and pharmacy areas, use of required personal protective equipment, and maintenance of clean, organized, and sanitary workspaces at all times.
Security and Access Requirements (Performance-Based)
The Contractor shall comply with all facility access, identification, and security procedures. All systems and data shall be accessed only by authorized personnel, and the Contractor shall maintain full compliance with Government information technology and security policies, ensuring no unauthorized access incidents occur.
Service Coordination and delivery
The contractor shall provide pharmaceutical support services during clinic operating hours, as scheduled, not to exceed 40 hours per week. Regular clinic hours are 8:00 a.m. to 5:00 p.m., Monday through Friday, Pacific Time. The clinic is closed on federally recognized holidays and on any day(s) of closure pursuant to an Executive Order by the President of the United States. Inclement weather conditions or facility issues (e.g., electrical, water) may also impact normal operating hours; notice of such closures will be provided as soon as practicable by the Warm Springs Service Unit (WSSU) administrative staff. The Contractor must be available to correspond with the Government during regular clinic hours.
Coordinate services with Government POC at least 72 hours in advance
Ensure proper coverage and completion of all required pharmacy services
Healthcare Facility Installation Coordination & Infection Control: All services shall be coordinated to minimize disruption to patient care and pharmacy operations. The contractor shall comply with all infection control and safety procedures established by the facility, including:
Use proper hygiene and handwashing practices during patient interactions.
Prevention of contamination in patient care and pharmacy areas.
Use of personal protective equipment (PPE) as required by facility protocols.
Maintenance of clean, organized, and sanitary pharmacy areas.
Compliance with facility infection control and safety protocols.
Maintenance of safe and professional work areas always during service delivery.
Security Requirements.
Facility Access:
Contractor personnel shall comply with all facility access, identification, and security protocols.
Information Security:
Any digital or electronic components associated with the systems shall be accessed only by authorized personnel. Contractor personnel shall comply with all facility IT and security policies. Use of identification credentials may be required.
Other Pertinent Information or Special Considerations.
Continuation or extension of pharmacist services based on ongoing staffing needs, including additional coverage during peak workload periods or staffing shortages, and potential expansion to include clinical support or related pharmacy services.
The contractor shall coordinate with manufacturer support to ensure timely resolution of system issues. Pre-installation coordination and proper planning shall be conducted to minimize integration issues and operational downtime.
The Contracting Officer’s Representative (COR) will monitor and evaluate the contractor’s performance to ensure services are performed in accordance with the requirements of this contract. Inspection shall consist of ongoing review of the quality, timeliness, and accuracy of pharmacist services, including prescription processing, verification, dispensing, and patient counseling. Acceptance of services will be based on satisfactory performance as determined by the COR. The Contractor shall verify hours worked and services performed through submission of accurate timekeeping records and invoices. The Government reserves the right to reject services that do not meet contract requirements.
The Pharmacist shall meet and maintain all required qualifications, licensure, credentialing, and clinical privileges in accordance with Indian Health Service (IHS) and facility-specific requirements. Performance will be evaluated based on the Contractor’s ability to maintain active and compliant credentials and privileges necessary to perform under this contract.
Failure to obtain or maintain required qualifications, licensure, credentialing, or clinical privileges may result in removal from the contract. If the Pharmacist fails to meet these requirements, the Contract may be terminated at no cost to the Government, and the Pharmacist may be deemed ineligible for continued performance. In such cases, the Contract may be rendered void.
Government Furnished Property/ Government Furnished Equipment:
The Government will provide:
Access to the facility, and designated work areas necessary to perform pharmacy services
Necessary workspace and resources required to perform duties
Place of Performance / Delivery Address.
Warm Springs Health & Wellness Center
Pharmacy Apartment ATTN: TBD
1270 Kot-Num Road
Warm Springs, OR 97761
Period of Performance:
The period of performance will begin on the date of award and continue for one (1) year from the date of award, excluding federal holidays and weekends. Services shall be performed on an as-needed, on-call, or scheduled basis as determined by the Government. The contractor shall provide pharmacist services only when requested or scheduled by the facility to support pharmacy operations and patient care needs. This period of performance is intended to ensure continuity of pharmacy services, maintain adequate clinical coverage during staffing shortages, and support safe and effective medication dispensing and patient care throughout the duration of the contract.
Performance Requirements: All services shall comply with applicable federal, state, and Indian Health Service regulations, professional pharmacy practice standard, and facility policies, including HIPAA privacy and security requirements. The contractor shall ensure all pharmacy services are performed in accordance with accepted standards of pharmaceutical care and clinical practice guidelines.
APPLICABLE PROVISIONS AND CLAUSES
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 dated March 13, 2026.
52.212-1 Instructions to Offerors—Commercial applies to this acquisition.
52.212-2 Evaluation—Commercial Items applies to this acquisition.
52.212-4 Contract Terms and Conditions—Commercial Items applies.
CLAUSES INCORPORATED BY REFERENCE FAR 52.252-2
Full text available at http://www.acquisition.gov
52.202-1 Definitions (Jun 2020) 52.204-7 System for Award Management (Oct 2018) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.212-4 Contract Terms and Conditions – Commercial Items (May 2026) 52.222-3 Convict Labor (Jun 2003) 52.222-26 Equal Opportunity (Sep 2016) 52.222-35 Equal Opportunity for Veterans (Jun 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) 52.223-6 Drug-Free Workplace (May 2001) 52.224-1 Privacy Act Notification (Apr 1984) 52.224-2 Privacy Act (Apr 1984) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.229-3 Federal, State, and Local Taxes (Feb 2013) 52.229-4 Federal, State, and Local Taxes (State and Local Adjustments) (Feb 2013) 52.232-1 Payments (Apr 1984) 52.232-8 Discounts for Prompt Payment (Feb 2002)
52.232-17 Interest (May 2014) 52.232-33 Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.233-1 Disputes (May 2014) 52.233-3 Protest After Award (Aug 1996) 52.237-3 Continuity of Services (Jan 1991) 52.237-7 Indemnification and Medical Liability Insurance. $1,000,000.00 per occurrence. 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)
DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATIONS
(HHASR) CLAUSES
352.203-70 Anti-Lobbying Dec 2015, 352.222-70 Contract Cooperation In Equal Opportunity Investigations Dec 2015, 352.223-70 Safety And Health Dec 2015, 352.224-70 Privacy Act Dec 2015, 352.224-71 Confidential Information Dec 2015, 352.226-1 Indian Preference Dec 2015, 352.232-71 Electronic submission of payment request, 352-237-70 Pro-Children Act Dec 2015, 352.237-71 Crime Contract Act – Reporting Of Child Abuse Dec 2015, 352.237-72 Crime Control Act – Requirement For Background Checks Dec 2015, 352-237-73 Indian Child Protection And Family Violence Act Dec 2015, 352-237-74 Non-Discrimination In Service Delivery Dec 2015, 352.237-75 Key Personnel Dec 2015352.239-74 Electronic And Information Technology Accessibility Dec 2015
SET-ASIDE AND NAICS INFORMATION
Set-Aside: Indian Small Business Economic Enterprise
NAICS Code: 561320 – Temporary employment services
Size Standard: 750 Employees
INSTRUCTIONS TO RESPONDENTS AND EVALUATION CRITERIA
Submission of Quotes
Quotes shall be submitted electronically via email to PORAOAcquisition@ihs.gov. The subject line shall include the solicitation number 75H71326Q00010 and the Offeror’s entity name.
Quotes shall include:
Questions
Questions regarding this solicitation shall be submitted in writing via email to PORAOAcquisition@ihs.gov no later than four (4) business days prior to the closing date. The subject line shall include the solicitation number 75H71326Q00010.
BASIS FOR AWARD: The Government intends to award a contract to the Offeror responsible whose quote represents the best value to the Government, considering price and non-price factors. The Government may award other than the lowest-priced Offeror. This procurement is time-sensitive, and the Government will consider the Offeror’s ability to provide timely and reliable pharmacist services to ensure continuity of pharmacist operations and patient care.
The Government reserves the right to:
EVALUATION FACTORS
Factor 1 – Demonstrated Prior Experience
The Government will evaluate the Offeror’s experience in providing comparable services. The respondent shall submit a written narrative (maximum 5 pages) demonstrating:
Respondents may submit up to three (3) recent Past Performance projects. Each example shall include:
Factor 2 – Price
The Government will evaluate the total evaluated price based on the CLIN structure provided (Attachment No. 1). The price quote shall include all costs necessary to fulfil the requirement, including labor, professional pharmacist services, supervision, travel (if applicable), and all incidental costs required to successfully perform pharmacist services under the contract.
EVALUATION PROCESS
The Government may use a comparative evaluation in accordance with FAR 12.203(c)(2), Evaluation.
(End of Instructions and Evaluation Criteria)
Tricia Charley
Phone: 541-553-2491
Email: PORAOAcquisition@ihs.gov
Tricia Charley
DEPARTMENT OF HEALTH AND HUMAN SERVICES
INDIAN HEALTH SERVICE
INDIAN HEALTH SERVICE
INDIAN HEALTH SERVICE
1414 N.W. NORTHRUP STREET SUITE 800
PORTLAND, OR, 97209
NAICS
Temporary Help Services
PSC
PHARMACY SERVICES
Set-Aside
Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)