Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    SB 100% SET-SIDE, IEE VENDOR AWARD, FIRM FIXED PRICE, NON-PERSONAL TEMPORARY FAMILY NURSE PRACTITIONER, 60 MONTHS FOR THE QNBMHF IN BELCOURT ND.

    Sol. 75H70625Q00076Combined Synopsis/SolicitationSet-aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)ABERDEEN, SD
    Closed
    STATUS
    Closed
    closed Aug 25, 2025
    POSTED
    Aug 11, 2025
    Publication date
    NAICS CODE
    621111
    Primary industry classification
    PSC CODE
    Q201
    Product & service classification

    AI Summary

    The Department of Health and Human Services, Indian Health Service, is soliciting quotes for a Firm Fixed Price contract for a Non-Personal Temporary Family Nurse Practitioner at the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, ND. This 100% Indian Small Business Economic Enterprises set-aside opportunity spans 60 months, with an estimated total of 15,500 hours. Quotes are due by August 25, 2025, and must include specific documentation as outlined in the solicitation.

    Contract details

    Solicitation No.
    75H70625Q00076
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
    Posted Date
    August 11, 2025
    Response Deadline
    August 25, 2025
    NAICS Code
    621111AI guide
    PSC / Class Code
    Q201
    Primary Contact
    Jody Keplin
    State
    SD
    ZIP Code
    57401

    Description

    A. This is a combined synopsis/solicitation for commercial items prepared in
    accordance with the format in Federal Acquisition Regulation (FAR) Subpart
    13.106-2(a)(2). Evaluation of quotations or offers. Quotations or offers shall be
    evaluated on the basis established in the solicitation. This announcement
    constitutes the only solicitation; quotes are being requested, and a written
    solicitation will not be issued.
    B. The Great Plains Area Indian Health Service (IHS) intends to award a Firm-
    Fixed Price, Non- Personal Temporary Family Nurse Practitioner, Purchase
    Order with an Estimated 3,100 hours for a 12-month period overall capacity
    of 15,500 hours for the ordering period of 60 months in response to Request
    for Quote (RFQ) 75H70625Q00076.
    C. This solicitation document and incorporated provisions and clauses are those in
    effect through Federal Acquisition Circular 2025-04 on June 11, 2025.
    D. This RFQ is issued as 100% Indian Small Business Economic Enterprises
    (ISBEE) Set-Aside, and the associated NAICS Code is #621111, code for Offices
    of Physicians (except Mental Health Specialists), including Family Nurse
    Practitioner practices, is 621111. This means that for a business to be considered
    a small business under this NAICS code, its average annual receipts cannot
    exceed $16.0 million. Quoter is required to fill out the attached INDIAN
    FIRM REPRESENTATION FORM.
    E. The quoted unit pricing must be all inclusive (including, but not be limited to,
    travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all
    other costs pertinent to the performance of this contract. Utilize your most
    competitive and reasonable rates.
    See the attached SF-1449: Complete, sign and return the SF-1449 along with
    the Business Associates Agreement for the Quote #75H70625Q00076 for
    Temporary Family Nurse Practitioner.
    Quotes will be valid until September 30, 2025.
    F. Firm Fixed Price, Non-Personal Temporary Family Nurse Practitioner to be
    provided for the Quentin N Burdick Memorial Healthcare Facility 1300 Hospital
    Loop Belcourt North Dakota 58316. See the Performance Work Statement (PWS)
    attached. The period of performance will be 60 months.
    G. FAR 52.212-1 Instructions to Offerors-Commercial Products and
    Commercial Services (SEP 2023).
    Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:
    1. Solicitation number: 75H70625Q00076
    2. Closing Date: August 25, 2025 at 12:00 pm CST.
    3. Name, address and telephone number of company and emailaddress of contact person.
    4. Technical description of the item/service being offered in
    sufficient detail to evaluate compliance with the requirements of
    the solicitation. This may include product literature, or other
    documents, if necessary.
    5. Terms of any express warranty.
    6. Price and any discount terms.
    7. “Remit to” address, if different than mailing address.
    8. A completed copy of the representations and certifications at FAR
    52.212-3 (see FAR 52.212-3(b) for those representations and
    certifications that the offeror shall complete electronically).
    9. Acknowledgment of Solicitation Amendments (if any issued)
    10. Past performance information, when included as an evaluation
    factor, to include recent and relevant contracts for the same or
    similar items and other references (including contract numbers,
    points of contact with telephone numbers and other relevant
    information).
    11. A statement specifying the extent of agreement with all terms,
    conditions, and provisions included in the solicitation. Offerors
    that fail to furnish required representations or information or
    reject the terms and conditions of the solicitation may be
    excluded from consideration.
    H. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021);
    attached in full text.
    Basis of Award: Best Value with Lowest Price Technical Acceptable.
    The Government will evaluate quotations utilizing the procedures of FAR
    13.106-2 Evaluation of quotations or offers. Offers will be evaluated for
    acceptability but not ranked using the non-price factors/sub-factors. All non-price
    factors and sub-factors will be rated as either
    “acceptable” or “unacceptable”. The Government intends to evaluate and make
    an award without discussion with the offerors other than minor clarifications,
    unless discussions are determined to be necessary. A decision on the technical
    acceptability of each offeror’s quotations will be made. For those offerors which
    are determined to be technically acceptable, awards will be made to that vendor
    with the lowest overall prices.
    The LPTA evaluation process will be accomplished as follows - Technical
    Acceptability will be comprised of five subfactors:
    1. Technical Capabilities
    The technical capabilities evaluation factor will assess the depth and
    breadth of the offeror’s experience in providing FNP services to theEmergency Department at the Quentin N. Burdick Health Care Facility,
    Belcourt, ND-Indian Health Service. The technical proposal shall indicate
    how the Contract services are compliant with rules, regulations, and
    policies prescribed by regulatory agencies and bodies such as the Joint
    Commission (TJC), Department of Health and Human Services, IHS
    Headquarters, Centers for Medicare and Medicaid Services (CMS). In
    assessing the offeror’s technical capabilities, the proposal will be judged
    solely on the written material provided by the offeror.
    2. TECHNICAL APPROACH
    (a) Solicitation Submittal Requirements:
    Proposals, which merely offer a statement to conduct/provide services in
    accordance with the requirements in the Governments SOW, will not be
    eligible for award. The offeror must submit an explanation that meet the
    requirements identified under Performance-Based Service Delivery
    Summary; Completion of documentation of patient record, Prompt and
    continuous coverage and Credentialing.
    3. MANAGEMENT CAPABILITIES
    (a) Solicitation Submittal Requirements:
    Proposals, which merely offer a statement to conduct/provide services in
    accordance with the requirements in the Governments SOW, will not be
    eligible for award. The offeror must submit an explanation that identifies
    the offeror’s management capabilities and responsibilities to meet the
    following: Tour of Duty/Schedule, Description of Services, Contractor
    Responsibility and Personnel Requirements.
    4. PAST PERFORMANCE AND EXPERIENCE
    (a) Solicitation Submittal Requirements:
    Offerors do not need to provide any information under this factor as the US
    Government will base the
    evaluation on all INTERIM and FINAL Contractor Performance
    Assessment Reports (CPARs) that are
    recent and relevant. The CPARs will be retrieved from official US
    Government sources, including, but
    not limited to, the Contractor Performance Assessment Reporting System
    and the Past Performance
    Information Retrieval System.
    (b) Basis of Evaluation:
    Recency:
    For the purposes of this solicitation, a past performance record is recent if
    the CPAR final date of assessment listed in the “Period of Performance
    Being Assessed” block is within the 24 month period
    preceding the proposal due date.
    Relevancy:For the purposes of this solicitation, a past performance record is relevant if
    the CPAR business sector
    is listed as “Services ”.
    In order to receive an "acceptable" rating for this factor, an Offer's recent
    and relevant CPARs must
    NOT include one or more INTERIM and/or FINAL CPARs with a rating
    of "UNSATISFACTORY" in
    one or more categories OR one or more INTERIM and/or FINAL CPARs
    with a rating of "MARGINAL" in two or more categories. If an Offeror
    has one or more CPARs with a rating of "UNSATISFACTORY" in one
    or more categories OR one or more CPARs with a rating of
    "MARGINAL" in two or more categories, the Offeror's past
    performance will be evaluated as "UNACCEPTABLE".
    In the case of an Offeror without a record of recent and relevant past
    performance or for whom information on past performance is not
    available or so sparse that no meaningful past performance rating can
    be reasonably assigned, the Offeror may not be evaluated favorably or
    unfavorably on past performance. Therefore, the Offeror shall be
    determined to have unknown past performance. In the context of
    acceptability/unacceptability, “unknown” shall be considered
    “acceptable.” An “UNACCEPTABLE” rating for a single factor will
    result in the Offeror’s entire proposal being
    rated “UNACCEPTABLE”.
    5. PRICE
    (a) Solicitation Submittal Requirements:
    Completed Price Schedule Sheet
    (b) Basis of Evaluation:
    The Government will evaluate price based on the total proposed price
    calculated as the sum of bid item
    Estimated 3,100 hours for a 12-month period overall capacity of 15,500
    hours for the ordering period of 60 months that includes Contract cost,
    Subcontractor cost, Overhead and Profit. Analysis will be performed by
    one or more of the following techniques to ensure a fair and reasonable
    price:
    (i) Comparison of proposed prices received in response to the RFP.
    (ii) Comparison of proposed prices with the IGE.
    (iii) Comparison of proposed prices with available historical information.
    Note: A price that is found to be either unreasonable high or unrealistically
    low in relation to the
    proposed work may be indicative of an inherent lack of understanding
    of the solicitation requirements and may result in the overall proposal
    being considered unacceptable.
    I. FAR 52.212-3 Offer Representations and Certifications-Commercial Products
    and Commercial Services (May 2024). See attachment for full text. The
    Offeror shall complete only paragraphs(b) of this provision if the Offeror has completed the annual representations and
    certification electronically via the System for Award Management (SAM)
    website accessed through http://www.acquisition.gov. If the Offeror has not
    completed the annual representations and certifications electronically, the Offeror
    shall complete only paragraphs (c) through (p) of this provision.
    J. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial
    Services
    (Nov 2023). Applied to this acquisition and it’s by reference.
    K. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes
    or Executive Orders Commercial Products and Commercial Services (Jan 2025).
    See attachment for full text.
    L. FAR 52.214-16 Minimum Bid Acceptance Period (April 1984). See attachment for full text.
    M. Attached are the Federal Acquisition Regulations (FAR) & Health & Human
    Services Acquisition Regulation (HHSAR) clauses that are applicable,
    including below.
    N. Submit proposal to:
    Quentin N Burdick Memorial Healthcare Facility
    Attn: Jody Keplin, Purchasing Agent
    1300 Hospital Loop
    Belcourt, ND 58316
    Email: jody.keplin@ihs.gov
    Questions regarding to this solicitation shall be submitted in writing by either email to
    jody.keplin@ihs.gov. The last day to submit questions is August 18, 2025, before 12:00 pm,
    CT.
    Will only accept 10 pages for the FNP services proposal.SECURITY CLEARANCE
    A security pre-clearance must be provided for any employees referred to IHS through this contract.
    Fingerprints must be completed and adjudicated prior to services being performed under this contract.
    No contract award shall be made to any vendor or provider listed on the OIG Exclusion List
    http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the
    contractor to notify the acquisition official if there is a change in provider.
    Performance of this contract will require routine access by employees of the Contractor or its subcontractors to
    facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine
    access to I.H.S. facilities or systems, each person must complete a FBI National Criminal History Check
    (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel
    Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of
    fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing offingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available
    from the Contracting Officer.
    In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if
    listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE),
    http://exclusions.oig.hhs.gov. As soon as practicable prior to the start of work, the performance of the work the
    Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of
    work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting
    Officer the names of any additional or substitute employees for screening before they begin work.
    The Contractor is responsible for conducting security pre-clearance investigations in sufficient depth to ensure
    that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable
    fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of
    performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost
    Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs
    incurred for employees who are unable to perform due to denial or access, or the excess time required to resolve
    and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to
    security clearance findings shall not be a basis for excusable delay or an increase to the contract amount.
    Government will pay for the cost to process the contractor’s suitability clearances. However, multiple
    investigations for the same position may, at the Contracting Officers discretion, lead to reduction(s) in the
    contract price of no more than the cost of the extra investigation(s).
    Employees that DO NOT have access to LMS, contractors, volunteers, or IHS employees with IPA’s or MOA’s
    to tribal organizations please, click here IHS Sexual Abuse Prevention website. When the contractors have
    completed and passed the training, please have them send a copy of the last page of the training with Name,
    Date, and Time to their Supervisor, COR, and Kimmen LeBeau, e-mail: Kimmen.LeBeau@ihs.gov.
    `
    Invoice Processing Platform (IPP)
    The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system
    In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum “Improving
    Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing” directing Federal agencies
    to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under
    any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in
    accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests.
    IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury’s
    Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents
    to this solicitation are encouraged to register an account with IPP if they have not already done so. If your
    organization is already registered to use IPP, you will not be required to re-register- however, we encourage you
    to make sure your organization, and designated IPP user accounts are valid and up to date.
    The IPP website address is: https://www.ipp.gov
    If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131
    (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov
    “Should the contractor feel that use of the IPP would be unduly burdensome, their response to this solicitation
    should include an explanation of this position for a determination by the contracting officer”.ATTACHMENTS:
    Combined Synopsis Notice
    SF-1449 Request for Quotes
    Performance Work Statement
    Provisions and Clauses
    Contractor’s Performance Conditions
    Indian Firm Representative Form
    Business Associate Agreement
    Wage Determination Number # 2015-5385

    Key dates

    1. August 11, 2025Posted Date
    2. August 25, 2025Proposals / Responses Due

    Frequently asked questions

    SB 100% SET-SIDE, IEE VENDOR AWARD, FIRM FIXED PRICE, NON-PERSONAL TEMPORARY FAMILY NURSE PRACTITIONER, 60 MONTHS FOR THE QNBMHF IN BELCOURT ND. is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.