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.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 of
fingerprints 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) inaccordance 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