Sources Sought: Polysomnography Sleep Study Services for Quentin N Burdick Memorial Health Care Facility (QNBMHCF)
Sources Sought Notice Number: IHS-SS-26-1521856
This Sources Sought Notice is for informational and planning 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), or Other Small Businesses.
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 621498, All Other Outpatient Care Centers- other relevant NAICS codes will be considered based on responses received (such as conference centers, etc.)
- BACKGROUND
The IHS is an agency within the Department of Health & Human Services and is responsible for providing federal health services to American Indians and Alaska Natives. The Indian Health Service provides a comprehensive health service delivery system for approximately 1.9 million American Indians and Alaska Natives who belong to 567 federally recognized tribes, in 35 states. The Indian Health Service Headquarters is located in Rockville, MD and then divided into twelve (12) physical areas: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland, and Tucson.
The Great Plains Area Office (GPAO) works in conjunction with 19 Indian Health Service Units and Tribal Managed Service Units to provide health care to approximately 130,000 Native American located in North Dakota, South Dakota, Nebraska, and Iowa.
QNBMHCF falls under the GPAO and provides medical care to approximately 14,550 tribal members living on the Turtle Mountain Indian Reservation. The Service Unit was built in 1967 with renovation and clinic expansion completed in 1992, to provide an expanded level of outpatient health care services specifically designed to meet the needs of our population. Services include: 24 Hour Emergency Services, Laboratory, Radiology (CAT Scan & Mobile MRI) and 24-Hour Pharmacy Services, Optometry, Dental, Clinic, Emergency, Podiatry, Same Day Clinic, and Behavioral Health.
- OBJECTIVE
Polysomnography Home and Sleep Study Services located at the Quentin N. Burdick Memorial Health Care Facility in Belcourt, ND.
- SCOPE
Provide Polysomnography testing or sleep studies along with ancillary equipment that is required for Polysomnography lab testing and analysis that would be provided by the Contractor for Quentin N Burdick Memorial Health Care Facility.
- CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS
- Provide Inservice training for medical and nursing staff of the Hospital upon reasonable request by Hospital.
- Personnel; Provide qualified personnel to perform the services who are Respiratory Therapists or Polysomnography technicians. Contractor will ensure that personnel provided to perform the service meet the Hospitals and applicable regulatory competency and proficiency standards and will make available documentation of such competency and proficiencies as requested by Hospital. Their personal shall conduct sleep studies for Hospital patients (which shall include applying equipment to the patients), Monitor patients undergoing studies during testing, and give technical and other support to Program director. Any personnel providing assistance to Program Director hereunder shall be and remain employees of the contractor and may be disciplined, transferred or discharged only the contractor. Contractor shall provide Program Director with opportunities to provide input about the performance of such personnel to appropriate Contractor’s management.
- Equipment PSG; Contractor shall provide, maintain and make available the equipment reasonable for the providers at Hospital of the Service. The equipment shall include, but not to be limited to, all equipment necessary for a multi-channel Polysomnography sleep study and nasal CPAP equipment. Hospital shall promptly notify the contractor (by in -person or telephone report to Contractor, followed by a written report, if requested) of any defect, malfunction or other deficiency of such equipment of which Hospital becomes aware within ten (10) days of the discovery. New equipment may be recommended by the Hospital, but Contractor shall have sole discretion to determine whether to purchase such recommended equipment. Hospital shall take reasonable measures to ensure that any equipment that remains at the Hospital will be kept secured. The hospital will designate a clean storage area for the equipment to be properly stored. Equipment when stored in this designated area will be cleaned per manufacturer's guidelines. This is to include date it was cleaned, and the bag over the cleaned items indicating the equipment is ready for the next patient use.
- Equipment HST: Contractor will provide Home sleep Apnea Device that utilizes the peripheral arterial signal for sleep apnea diagnosis that measures up to 7 channels (PAT signal, heart rate, oximetry, actigraphy, body position, snoring and chest motion.
- Supplies: Contractor shall provide all supplies necessary to provide the services. Hospital shall make reasonable efforts to advise Contractors concerning the supplies needed, provided that, Contractor shall have sole discretion to determine whether to purchase such recommended supplies.
- Medical Records: Contractor shall be reasonable for the maintenance of all the patients’ records pertaining to the services performed hereunder, in accordance with the Hospitals approved standards and will provide written reports to Program director and interpreting physician. The contractor shall have sole discretion to determine whether to purchase such recommended supplies.
- Quality Improvement: Contractor shall participate as requested, in Hospital utilization review, Quality improvement, peer review and similar programs and committees with respect to the services. The contractor shall address and correct professional quality issues identify by any such program or committee in an appropriate and timely manner.
- Reporting: Contractor shall report to Program manager of Hospital who contracting the service. Any complaints relating to the services provided here under received by hospital or contractor shall be forwarded to an appropriate official of the other party for the mutual resolution or for notice resolution.
- TYPE OF ORDER
This is a firm fixed price purchase order.
- ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance will consist of a base year of twelve (12) months, followed by four (4) twelve-month option periods, for a potential total period of performance of five (5) years, contingent upon continued need, contractor performance, and availability of funds.
- PLACE OF PERFORMANCE
Quentin N Burdick Memorial Health Care Facility
1300 Hospital Loop
Belcourt, ND 58316
- REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
N/A
- PAYMENT
Payment will be rendered once all supplies are shipped and accounted for and invoice is uploaded into IPP to be paid.
10.0 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’ UEI 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: 621498, All Other Outpatient Care Centers, 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.
11.0 Closing Statement
Point of Contact: Farrah Azure, Purchasing Agent, at Farrah.Azure@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to Farrah Azure, at Farrah.Azure@ihs.gov . Must include Sources Sought Number IHS1521856 in the Subject line. The due date for receipt of statements is January 29, 2026, 12:00 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.