SOLICITATION NOTICE
R -- MONITORING OF THE TRIBAL INJURY PREVENTION COOPERATIVE AGREEMENT PROGRAM (TIPCAP)
- Notice Date
- 10/6/2025 1:48:26 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
- ZIP Code
- 98121
- Solicitation Number
- 75H70126R00001
- Response Due
- 11/12/2025 1:00:00 PM
- Archive Date
- 11/27/2025
- Point of Contact
- Jong Kim, Phone: 2066190638, Andrew E. Hart, Phone: 206-375-4443
- E-Mail Address
-
jong.kim@ihs.gov, andrew.hart@ihs.gov
(jong.kim@ihs.gov, andrew.hart@ihs.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
- Description
- Amendment A0002 See the attached B05 Amdnment A0002-75H70126R00001 TIPCAP and B01 RFP 75H70125R00001 TIPCAP Amended by A0002 for detailed information. End of Amendment A00002 ######################################################################################################## Amendment A0001 See the attached B05 Amdnment A0001-75H70126R00001 TIPCAP and B01 RFP 75H70125R00001 TIPCAP Amended by A0001 for detailed information. End of Amendment A00001 ######################################################################################################## This is a Combined Synopsis/Solicitation Notice for Solicitation 75H70126R00001 MONITORING OF THE TRIBAL INJURY PREVENTION COOPERATIVE AGREEMENT PROGRAM (TIPCAP), which is a service project prepared in accordance with FAR Part 37. These services are in support of the Indian Health Service (IHS). This service is for supervision, labor, materials, equipment and associated costs to provide the commercial services for the monitoring of the 15 Part I � Injury Prevention Programs and 15 Part II � Injury Prevention Projects in 12 IHS Areas as described in the Performance Work Statement (Section C). Since 1997 a contractor has been an essential component in achieving the objective of TIPCAP � to reduce injuries through implementation of evidence-based, evidence-informed, and community driven strategies building Tribal Injury Prevention program capacity. In the 2026-2030 funding cycle the evaluation advisory contractor will provide professional oversight and technical expertise in the best practices in community-based injury and violence prevention program planning, development, implementation, evaluation, training, and resource development to ensure high quality performance and sustained capacity of the Tribal Injury Prevention programs. These services will require extensive involvement in communication, coordination, and cooperation in technical oversight. This will be in addition to the technical assistance provided by the local Area Indian Health Service staff serving as project officers. This project will be solicited as 100% set aside for Indian Small Business Economic Enterprise (ISBEE) under North American Industry Classification System (NAICS) code 541611; Administrative Management & General Management Contracting Services. The associated size standard for this procurement is $24.5 million. Please review all attachments to this notice for details. SCOPE OF WORK: See Section C of the attached solicitation for details. LOCATION OF PROJECT: 12 IHS Areas PERIOD OF PERFORMANCE: Base Year and Four option years CONTRACT TYPE: IHS intends to award a single Firm Fixed Price (FFP) contract in support of this requirement. PROPOSAL REQUIREMENTS: See Sections L&M of the solicitation. PROPOSAL DUE DATE: The offeror�s proposal shall be submitted electronically no later than the due date and time indicated in Section L in the RFP & item 8 of the SF 1449, unless changed by amendment. EVALUATION: In accordance with FAR 15.101-1, the evaluation for this award will be based on the Best Value Evaluation. See Sections L&M of the solicitation for specific requirements. Prices proposed must reflect the offeror�s understanding of the requirement, ability to perform, and be considered fair and reasonable to the Government. QUESTIONS: Offerors shall submit all questions concerning this solicitation in writing to the Contract Specialist, Jong Kim, at jong.kim@ihs.gov NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last five (5) years is less than $24.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. It is the responsibility of the contractor to check https://sam.gov/ frequently for any amendments or changes to the solicitation. Hard copy documents will NOT be available � all documents for proposal purposes will be posted at the website for download by interested parties. NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/22483f384d214a61872fc729bb306ee5/view)
- Place of Performance
- Address: Rockville, MD 20852, USA
- Zip Code: 20852
- Country: USA
- Zip Code: 20852
- Record
- SN07612574-F 20251008/251006230035 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |