Sources Sought: Special Diabetes Program for Indians to be provided at the Indian Health Service Hospital Fort Yates, North Dakota.
Sources Sought Notice Number: IHS1507206
This Sources Sought Notice is for Special Diabetes Program for Indians 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 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 541715.
- BACKGROUND
The Indian Health Service (IHS), an agency within the Department of Health and Human Services, is responsible for providing federal health services to American Indians and Alaska Natives. The mission of IHS is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level and assure that comprehensive, culturally acceptable personal and public health services are available and accessible to members of the 566 federally recognized Tribes across the United States.
The Great Plains Area Office (GPAO) in Aberdeen, South Dakota, an Area within the IHS, works in conjunction with its 19 Service Units and Tribal managed Service Units to provide health care to approximately 130,000 Native Americans located in North Dakota, South Dakota, Nebraska, and Iowa. The GPAO's Service Units include seven hospitals, eight health centers, and several smaller health stations and satellite clinics. Each facility incorporates a comprehensive health care delivery system. The hospitals, health centers, and satellite clinics provide inpatient and outpatient care and conduct preventive and curative clinics. The period of performance is 9/1/2025-12/31/2025 in North Dakota (ND)
- OBJECTIVE
The primary objective of this Firm Fixed-Price, Non-Personal Health Care Service Contract is to procure and locate eligible and qualified IEE firms able to provide treatment and prevention services at the Standing Rock IHS Fort Yates Health Clinic with the Standing Rock Sioux Tribe, located in Fort Yates, North Dakota.
- SCOPE
To provide uninterrupted Special Diabetes program services onsite for the Fort Yates, Indian Health Service Hospital, Fort Yates, North Dakota. The contractor shall perform Special Diabetes Program for Indians compatible with the Indian Health Service Hospital statement of work. The contractor service shall cover the care typically provided in a rural civilian practice of similar size.
- LOCATION
Indian Health Service Hospital, Diabetes Department is seeking an onsite Special Diabetes Program for Indians contractor in Fort Yates, North Dakota. Fort Yates, Indian Health Service Hospital. The Hospital is 62.8 miles from Mandan, North Dakota and Bismarck North Dakota is 66.7 miles. Patient usually travel miles to get to a hospital so having service onsite will be preferred 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
Period of Performance: 9/1/2025-12/31/2025
- PLACE OF PERFORMANCE
Indian Health Service Hospital, Fort Yates, North Dakota 58538
- 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”.
- Capability Statement/Information:
Interested parties are expected to review this notice to familiarize themselves with the requirements of this source of sought. 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: 541715 All other Miscellaneous Food Manufacturing.
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.
- Closing Statement
Point of Contact: Denese Carty, Purchasing Agent, at denese.carty@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to Denese Carty, Purchasing Agent, at denese.carty@ihs.gov. Must include Sources Sought Number IHS1507206 in the Subject line. The due date for receipt of statements is July 30, 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.