Two (2) Pharmacists - Santa Fe Indian Health Center and Santa Clara Health Center
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Indian Health Service (IHS), Albuquerque Area office (AAO), is soliciting proposals for Two (2) Pharmacists to provide non-personal services primarily at the Santa Fe Indian Health Center (SFIHC), with required rotation to the Santa Clara Health Center in New Mexico. This opportunity is a Request for Proposal (RFP) under solicitation number 75H70726Q0033. Proposals are due by February 20, 2026, at 12:30 p.m. MST.
Scope of Work
The awarded contractor will provide two pharmacists responsible for evaluation and treatment services. Key duties include reading and interpreting prescriptions, compounding drugs, resolving clinical and therapeutic problems, reviewing patient health records for appropriateness, notifying prescribers of discrepancies, providing patient instructions, and offering specialized expertise in dosing dangerous agents. Pharmacists will work 8-hour shifts and may be required to rotate between the Santa Fe and Santa Clara Health Centers.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: A Base Year plus four (4) one-year option periods, not to exceed five years in total.
- Set-Aside: This acquisition is set aside under the Buy Indian Act (25 U.S.C. 47) for Indian Small Business Economic Enterprises (HHSAR Subpart 326.6), specifically targeting Small Business Indian Firms as the first tier.
- NAICS Code: 561320 (Temporary Help Services) with a $34.0 million size standard.
- Award: Only one award will result from this solicitation.
Submission & Evaluation
Offerors must submit quotes by February 20, 2026, at 12:30 p.m. MST via email to patricia.trujillo@ihs.gov. Proposals should include a complete Pricing Table, Past Performance information, a signed SF-1449, and a signed Indian Economic Enterprise Representation Form. Evaluation will be on a best value basis, with Technical Approach, Key Personnel/Qualifications, and Past Performance being relatively more important than Price. Offerors must be registered in SAM.gov with an active UEI number.
Key Information
Government-furnished property includes computers, telephones, and PIV cards. Contractors must furnish uniforms and personal medical instruments. Mandatory orientations, background investigations, and specific health/immunization requirements apply. Invoicing will utilize the Invoice Processing Platform (IPP), and payments will be made via Electronic Funds Transfer (EFT). Questions regarding the solicitation should be submitted via email to Patricia Trujillo (acquisition) or Keith Adcock (technical) prior to the closing date.