MODIFICATION
Q -- ISBEE Solicitation: Firm Fixed-Price, Non-Personal Health Care Service, Commercial Item Purchase to provide a Physical Therapist for the IHS Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD. POP: Base + Option Period(s).
- Notice Date
- 9/15/2025 8:00:12 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- 75H70625Q00154
- Response Due
- 9/25/2025 10:00:00 AM
- Archive Date
- 10/10/2025
- Point of Contact
- David Jones, Phone: 6052267328
- E-Mail Address
-
david.jones@ihs.gov
(david.jones@ihs.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and 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 12.6, as supplemented with additional information included in this notice, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355). 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 Healthcare Service, Purchase Order with a Base Plus Nine (9) Option Periods in response to Request for Quote (RFQ) 75H70625Q00154. *Base period will be six (6) Months, and each option period will be six (6) months. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, 08/07/2025. D. This RFQ is issued as a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside, and the associated NAICS Code is #561320 (Temporary Help Services), which has a small business standard size $34.0. Quoter is required to fill out the attached Indian Firm Representation Form. E. The quoted unit pricing must be all-inclusive (to include, 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. Complete the attached Request for Quote #75H70625Q00154 SF-18 for an Outpatient Physical Therapist, along with the Business Associates Agreement. The quoter must acknowledge the Business Associates Agreement. F. Firm Fixed Price, Non-Personal, Healthcare Services to be provided for the Woodrow Wilson Keeble Memorial Health Care Center-Sisseton Indian Health Service, 100 Lake Traverse Drive, Sisseton, South Dakota 57262. See the Performance Work Statement (PWS) attached. The period of performance will be a Base Period with nine (9) Option Periods. *Base period will be six (6) Months, and each option period will be six (6) months. Complete the SF 18 Price Schedule: Total Amount: $___________________________________ 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 shall include: 1. Solicitation number: 75H70625Q00154. 2. Closing Date: September 25, 2025, at 12:00 pm CT. 3. Name, address, and telephone number of company and e-mail address 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, should consist of 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. Basis for Award: The Government will evaluate quotations in accordance with the procedures outlined in 52.212-2 Evaluation - Commercial Products and Commercial Services (November 2021). The Government intends to evaluate and make an award without discussion with the offerors, except for minor clarifications, unless discussions are deemed necessary. A decision on the technical acceptability of each offeror's quotations will be made. In addition to price, the government will consider the evaluation factors in determining the successful quote that represents the best value to the government. There is no requirement that a contract be awarded based on the lowest price. Below are the mandatory criteria: * The technical evaluation process will be accomplished as follows: Technical Acceptability will be comprised of four (4) subfactors: Criteria 1: Problem and Approach Proposals, which merely offer a statement to conduct/provide services in accordance with the requirements in the Government's Performance Work Statement (PWS), will not be eligible for award. The offeror must submit an explanation of the proposed technical approach in completing all tasks in the PWS, including, but not limited to, all elements in the description of services. The plan must include how the requirements in the character investigation shall be accomplished to ensure compliance before candidate placement. The detailed work plan must be submitted, outlining how each aspect of the Performance Work Statement will be achieved. The technical approach should be detailed to fully explain the proposed technical requirements in the PWS and reflect a clear understanding of the nature of the work being undertaken. Criteria 2: Past Performance The technical proposal must include at least three other similar Physical Therapy Service contracts, Government and/or commercial, awarded to the offeror. The similar contracts must contain the same type of Physical Therapy Service requirements outlined in the Performance Work Statement. The offeror must demonstrate its record of successful performance in the past contracts by including the following information for each contract: a. Identify the one contract that you consider to be the most successful, and the reason for this determination. b. Identify other similar contracts and indicate your record of performance. c. In the event your firm did not have contracts that meet the PWS requirements of this solicitation, list up to five other contracts that you deem similar. d. For each of the above contracts, furnish the name, address, and telephone number of the contracting organization, a point of contact in the organization to be used as a reference, the contract number, dollar value, and dates of contract performance. Criteria 3: Key Personnel The technical proposal must include a list of professional personnel that will be assigned to this project, and at least one Physical Therapist who is qualified to perform the duties listed as defined in the contract provider responsibilities in the PWS. Curriculum vitae/resume must be submitted for the professional personnel and the Physical Therapist candidate. Criteria 4: Management The technical proposal, at a minimum, must include the following information in sufficient detail to allow a complete analysis of the offeror's management capabilities and responsibility. a. Evidence of ability to organize staff and manage the contract. b. Financial capability statement completed by qualified personnel, including core competencies, differentiators, corporate data, contact information, etc., to meet the needs outlined in the PWS. c. Capability to meet delivery or performance schedules to provide seamless coverage. d. Possession of necessary experience and technical skills to perform the work, or the ability to obtain them. PROPOSAL EVALUATION SUMMARY MEDICAL PHYSICIST SURVEYS Woodrow Wilson Keeble Memorial Health Care Center The following are the technical criteria that will be used to evaluate the proposals for this contract effort, along with their relative weight of importance. The individual members of the evaluation team will determine an overall rating based on completeness of information, qualifications, experience, and education. 1. PROBLEM AND APPROACH 2. PAST PERFORMANCE 3. KEY PERSONNEL 4. MANAGEMENT Technical Factor Rating Definitions ADJECTIVAL RATINGS / DESCRIPTION Outstanding: Greatly exceeds all minimum requirements of the criteria; has a high probability of success; contains no weaknesses or deficiencies. Good: Exceeds all the minimum requirements of the criteria; has an above average probability of success; contains no significant weaknesses and only minor correctable weaknesses exist. Acceptable: Meets all the minimum requirements of the criteria; has an average probability of success; and has no significant weaknesses or deficiencies. Marginal: Fails to meet one or more of the minimum requirements of the criteria; low probability of success; major weaknesses and/or a significant number of deficiencies exist. Unacceptable: Fails to meet any of the minimum requirements of the criteria; proposal needs major revisions; very low probability of success. **In categorizing positive and negative aspects of the information submitted for the component elements of each technical factor, the evaluator shall consider the degree to which the response to the element, or lack of response, contributes to the overall risk of performance. Missing information for a single element may not materially affect the risk of performance when considered together with the responses to the other elements. In that case, the omission would be categorized as a weakness, rather than a deficiency. These evaluation factors are of prime importance. An unsatisfactory rating in any of these factors shall be considered sufficient grounds for declaring the entire proposal unacceptable. 1. Contractor MUST COMPLETE AND SIGN the following documents: a. SF18 Request for Quotation. b. Licensure Requirement. c. Agreement to a temporary provisional of character investigations (for government contractors only). d. OF-306 Declaration of Federal Employment. e. Addendum to the Declaration of Federal Employment (OF-306). f. Temporary waiver. 2. Contractor MUST SUBMIT A COPY of the following documents: a. Copy of all licenses (if applicable). b. Copy of malpractice insurance coverage (Certificate of Insurance). The contractor shall maintain insurance coverage for the duration of the contract. 3. Resume stating qualifications and meeting the requirements of the Performance Work Statement. 4. Minimum of three (3) references for similar work in the last five (5) years. Include addresses and phone numbers. 5. Past performance � the government reserves the right to conduct its own investigations, other than the contractors provided list. 6. Contractor must have a UEI (Unique Entity ID) number to be awarded the contract. 7. Contractor must have an �active registration� in SAM (System for Award Management) using the assigned UEI number. 8. Ability to meet the performance schedule. 9. Ability to meet the requirements and qualifications in the Performance Work Statement. 10. Reasonableness of Price. 11. Responsiveness to requirement. ATTACHMENTS: 1. SF 18 Solicitation 2. Performance Work Statement 3. Provisions and Clauses 4. Contractors Performance, Conditions & Responsibilities 5. Business Associate Agreement 6. OF-306 Declaration of Federal Employment 7. Addendum to the Declaration of Federal Employment (OF-306) 8. Licensure Requirement 9. Agreement to a Temporary Waiver of Character Investigation 10. Indian Firm Representative Form 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 its 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. SECURITY CLEARANCE A security pre-clearance must be performed for any employees referred to IHS through this contract. Fingerprints must be completed and adjudicated before services are 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 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 (IHS). Before starting work requiring routine access to IHS facilities or systems, each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an IHS employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five (5) business days for IHS processing fingerprints taken electronically at an IHS site and thirty (30) business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of IHS 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 before the start of work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in the performance of the 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 preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to IHS is not on the LEIE 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 the 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 of 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. The Government will pay the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s). Employees who do not have access to LMS, contractors, volunteers, or IHS employees with IPAs or MOAs to tribal organizations, please click here for the IHS Sexual Abuse Prevention website. Once the contractors have completed and passed the training, please have them send a copy of the last page of the training, including their name, Date, and Time, to their Supervisor, COR, and Kimmen LeBeau at e-mail: Kimmen.LeBeau@ihs.gov. ""Contract Personnel will arrive on a Business Day ONLY to complete all Orientation and Background procedures. The Clinical Director or Designee will ensure all Orientation and Background procedures have been completed, and an e-mail will be sent to the Contracting department to state as such. The Contract Personnel will NOT see patients until Background/Fingerprints have been cleared."" ""The standards of medical practice and duties of the Contractor through its Contract Personnel shall be determined pursuant to the bylaws of the Service Unit. The regulations of the hospital, applicable provisions of law, other rules and regulations of any governmental authorities relating to licensure and regulation of Contract Personnel and hospitals must be followed. Also, the standards and recommendations of the Centers for Medicare and Medicaid Services (CMS) or the Accreditation organization must be adhered to. The Contract Personnel shall be required to participate in a quality improvement program, which is consistent with current requirements for ongoing monitoring and evaluation of the quality and appropriateness of care."" O. Offers will be accepted electronically. Submit via e-mail to the following: Great Plains Area Indian Health Service Division of Acquisition Management; Attn: David Jones, Contract Specialist. Any questions, please submit by e-mail to: David.Jones@ihs.gov; before September 19, 2025, by 12:00 pm CT. Contractors will need a Unique Entity ID (UEI) number, TIN, and be registered with www.sam.gov. Invoice Processing Platform (IPP) The Indian Health Service (IHS) has implemented 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 payments to vendors. Invoices submitted under any award 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 8 AM to 6 PM ET), or IPPCustomerSupport@fiscal.treasury.gov. Should the contractor feel that the 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. INSTRUCTION TO QUOTERS: To be determined responsive, your quote must include all of the information below. If the offeror/bidder fails to complete and return the forms, your offer/bid will be considered non-responsive.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a1981a9617334ff4b477ccdab84f6b02/view)
- Place of Performance
- Address: Sisseton, SD 57262, USA
- Zip Code: 57262
- Country: USA
- Zip Code: 57262
- Record
- SN07590311-F 20250917/250915230043 (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 |