SB 100% set-side, IEE vendor award, Firm Fixed Price, Non-Personal Temporary CRNA Provider, 60 months for the QNBMHF in Belcourt ND.
Description
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 Certified Registered Nurse Anesthetist (CRNA), Purchase Order with an Estimated 3,080 hours for a 12- month period overall capacity of 15,400 hours for the ordering period of 60 months in response to Request for Quote (RFQ) 75H70625Q00082. 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 CRNA 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 #75H70625Q00082 for Temporary Certified Registered Nurse Anesthetist (CRNA). Quotes will be valid until September 30, 2025. F. Firm Fixed Price, Non-Personal Temporary Certified Registered Nurse Anesthetist (CRNA) 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 60 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: 75H70625Q00082 2. Closing Date: August 28, 2025 , at 12:00 pm CST.3. Name, address and telephone number of company and email 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, 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 five subfactors: 1. TECHNICAL CAPABILITIES The technical capabilities evaluation factor will assess the depth and breadthof the offeror s experience in providing CRNA services to the Outpatient/Inpatient Units 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, HIS 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 Requirement. 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 is recent 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 Estimated 3,100 hours for a 12-month period overall capacity of 15,500 hours for the ordering period of 60 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 8/20/2025, before 12:00 pm, CT. Will only accept 10 pages for the CRNA 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 offingerprints 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) 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 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
Files
Award Information
Not yet awarded
Notice Timeline
Combined Synopsis/Solicitation
Aug 14, 2025
Place of Performance
USA
Contacts
Jody Keplin
jody.keplin@ihs.gov
7014778416
7014772527
Farrah Azure
farrah.azure@ihs.gov
7014778419
7014772527