Sources Sought: Pharmacist Services to be provided at the Indian Health Service Hospital Fort Yates North Dakota.
Sources Sought Notice Number: IHS1505114
This Sources Sought Notice is for pharmacist purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE), Indian Economic Enterprises (IEE)
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 561320, Temporary Help Services.
- BACKGROUND
The Great Plains Area Indian Health Service plans to solicit for a Firm Fixed-Price, Non-Personal Health Care Service contract to provide Pharmacist Services at the Fort Yates Hospital, North Dakota. The period of performance is 8/1/2025-12/31/2026 in North Dakota (ND). The service is required to be perform onsite.
- OBJECTIVE
The primary objective of this Firm Fixed-Price, Non-Personal Health Care Service Contract is to procure Pharmacist Services onsite.
- SCOPE
To provide uninterrupted pharmacist services in the delivery of patient care for the Ft. Yates PHS, IHS, Hospital, Ft. Yates, ND. The contract pharmacist(s) shall perform pharmaceutical services compatible with the IHS medical facility’s operating capacity and equipment. The care shall cover the care typically provided in a rural civilian practice of similar size.
Location
Indian Health Services Hospital is seeking an onsite Pharmacist in Fort Yates, North Dakota. Fort Yates, Hospital is 62.8 miles from Mandan North Dakota and Bismarck North Dakota is 66.7 miles. Patient usually has to travel miles to get to the Hospital so, the preferred service is onsite to meet patient care Hospital needs.
- TYPE OF ORDER
The award for this service will be a firm fixed price non-personal health care service contract.
- ANTICIPATED PERIOD OF PERFORMANCE
8/1/2025 through 12/31/2026.
- PLACE OF PERFORMANCE
Ft. Yates PHS, IHS Hospital, Standing Rock Ave., Ft. Yates, ND 58538.
7.0 PAYMENT
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 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”.
Additional Information:
- Capability Statement/Information:
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm’s own risk. The following information shall be included in the capability statement:
1. A general overview of the respondent’s opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts.
2. Information in sufficient detail of the respondent’s (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information.
3. The respondents’ EIN number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 561320 temporary help services or comparable NAICS.
4. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition.
5. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11-inch paper size, and 1 inch top, bottom, left and right margins.
6. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern’s name and address). Responses will be reviewed only by IHS personnel and will be held in a confidential manner.
B. Closing Statement
Point of Contact: Denese Carty
Submission Instructions:
Interested parties shall submit capability via email to, at. denese.carty@ihs.gov Must include Sources Sought Number IHS1505114 in the Subject line. The due date for receipt of statements is May 1, 2025 1:00 p.m. Central Time.
All responses must be received by the specified due date and time in order to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.
IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.