MODIFICATION
Q -- SB 100% set-side, IEE vendor award, Firm Fixed Price, Non-Personal Temporary Emergency Room (ER) Physician, 36 months for the QNBMHF in Belcourt ND.
- Notice Date
- 8/11/2025 9:04:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- 75H70625Q00075
- Response Due
- 8/25/2025 10:00:00 AM
- Archive Date
- 09/09/2025
- Point of Contact
- Jody Keplin, Phone: 7014778416, Fax: 7014772527, Farrah Azure, Phone: 7014778419, Fax: 7014772527
- E-Mail Address
-
jody.keplin@ihs.gov, farrah.azure@ihs.gov
(jody.keplin@ihs.gov, farrah.azure@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- 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 Emergency Room Physician, Purchase Order with an Estimated 5,000 for a 12-month period overcall capacity of 15,000 for the ordering period of 36 months in response to Request for Quote (RFQ) 75H70625Q00075. 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 Emergency Room Physician 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 #75H70625Q00075 for Temporary Emergency Room Physician. Quotes will be valid until September 30, 2025. F. Firm Fixed Price, Non-Personal Temporary Emergency Room Physician 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 36 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: 75H70625Q00075 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 three subfactors: 1. TECHNICAL CAPABILITIES The technical capabilities evaluation factor will assess the depth and breadthof the offeror�s experience in providing Emergency Medical/ED Provider services to the Emergency 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 isrecent 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 Estimate 5,000 hours for a 12-month period overall capacity of 15,000 hour for the ordering period of 36 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 ER Providers services proposal.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e23c4c40e858415cb646b2ecae2f4203/view)
- Place of Performance
- Address: Belcourt, ND 58316, USA
- Zip Code: 58316
- Country: USA
- Zip Code: 58316
- Record
- SN07544636-F 20250813/250811230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |