SOURCES SOUGHT
Q -- Firm-Fixed-Price, Non-Personal Services � Two (2) Hospitalist/Nocturnist Services-Pine Ridge, SD
- Notice Date
- 12/16/2025 12:06:06 PM
- Notice Type
- Sources Sought
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- IHS1520816
- Response Due
- 1/15/2026 12:00:00 PM
- Archive Date
- 01/30/2026
- Point of Contact
- Mona Weinman, Phone: 6059455427
- E-Mail Address
-
mona.weinman@ihs.gov
(mona.weinman@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
- Sources Sought: Firm-Fixed-Price, Non-Personal Services � Two (2) Hospitalist/Nocturnist Services for the Indian Health Service (IHS) Great Plains Area (GPA) Pine Ridge Comprehensive Health Care Facility, Pine Ridge, South Dakota. Sources Sought Notice Number: IHS1520816 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 Small Businesses Economic Enterprise (ISBEE) and 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 561320, Temporary Help Services - other relevant NAICS codes will be considered based on responses received. 1.0 BACKGROUND The Indian Health Service (IHS), Great Plains Area (GPA), Pine Ridge Comprehensive Health Care Facility plans to identify potential sources providing Non-Personal Service Contract for two (2) Hospitalists according to the Performance Work Statement (PWS). 2.0 OBJECTIVE The objective of the Pine Ridge Service Unit (PRSU), Indian Health Service is to raise the physical, mental, social and spiritual health of American Indians and Alaska Natives to the highest level. To meet this mission, the Pine Ridge Service Unit requires contractor support to provide for two (2) Hospitalists according to the Performance Work Statement (PWS). The Pine Ridge Reservation is located in the southwestern corner of South Dakota, approximately 100 miles from Rapid City, South Dakota. Surrounded by the rolling prairie, Badlands and Black Hills, the Pine Ridge Reservation is home to the Oglala Lakota Nation. 3.0 SCOPE The contractor shall furnish for two (2) Hospitalists according to the Performance Work Statement (PWS). These services will be compatible with the facility�s operating capacity and equipment. 4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS Refer to the Performance Work Statement (PWS). 5.0 TYPE OF ORDER This is a sources sought notice for a firm-fixed-price contract. 6.0 ANTICIPATED PERIOD OF PERFORMANCE Period of Performance: Three (3) month base period with nineteen (19), three (3) month options. 7.0 PLACE OF PERFORMANCE Pine Ridge Comprehensive Health Care Facility P.O. Box 1201 East Highway 18 Pine Ridge, South Dakota 57770 8.0 Tour of Duty: Refer to the Performance Work Statement (PWS). The Contractor shall ensure the contractually required support level is maintained at all times. This contract is for specified skill types/levels - not for specific individuals. The Contractor shall ensure that all Contractor Personnel are present for all hours of the workday. If for any reason the specified staffing levels are not maintained, due to vacation, leave, appointments, etc. and replacement Personnel will not be provided, the Contractor shall obtain the written approval of the Supervisor/ designee or the COR II prior to the Contractor Personnel's absence. Otherwise, the Contractor shall provide a fully qualified replacement so there is no gap in service. The Contractor Personnel shall be available for work in the work area per work direction schedule. The Contractor shall ensure Contractor Personnel provide professional effort and conform to Government policies regarding daily lunch breaks and other breaks. The Contractor shall ensure Contractor Personnel communicate to the Supervisor for reporting to work as it relates to inclement weather (late due to travel conditions etc.). If a Contractor Personnel is absent due to illness for three or more consecutive days, the Contractor shall provide to the COR II written documentation from a qualified health care provider that Contractor Personnel is free from communicable disease and state the cause of the Contractor Personnel's illness. Statement that Contractor Personnel is fit for service may be requested if deemed necessary. If services are not provided by Contractor Personnel, the PRSU reserves the right to procure such services from another source and deduct these costs and all administrative costs from payments due the Contractor. 9.0 PAYMENT INVOICE SUBMISSION AND PAYMENT 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. The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no Gray Market Goods or Counterfeit Electronic Parts shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEMs) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. 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. Company name, address, email address, website address, telephone number, and business size (i.e., small business, 8(a), woman owned, veteran owned, etc.) and type of ownership for the organization. 2. Company Point of Contact�s Name, telephone number, and e-mail address. Company POC shall have the authority and knowledge to clarify responses. 3. System for Award Management (SAM) Unique Entity Identifier (UEI) number, expiration, and registration status. All respondents must register on the SAM located at http://www.sam.gov . 4. Applicable company GSA Schedule number or other available procurement vehicle. 5. Capability Statement: Detailed capability statement addressing the company�s qualifications and ability to provide the requirements listed in the Performance Work Statement, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 6. Experience: Provide a list of 3-5 private industry or Government contracts for the same services that you have performed within the last 3 years. For each contract, include the company�s Point of Contact�s name, email address, telephone number, dollar value of contract, and description of the services provided on the contract. The Government may contact these entities to conduct past performance checks. Reference letters accepted. 7. Staffing Levels: Provide evidence your company has adequate levels of qualified healthcare provider staff to meet the Qualifications and Requirements listed in the Performance Work Statement (PWS). 8. Staffing Capability: Provide the last time you successfully placed a provider in a contract position. Provide detailed information such as name, email address, telephone number, dollar value of contract, and description of the services provided on the contract. 9.Technical Capability: Provide a response to how the company will respond to staff shortages /absenteeism / replacement in providing services. 10.If American Indian/Native American owned small business, then complete attached IEERepresentation form. 12.0 Closing Statement Point of Contact: Mona Weinman, Contract Specialist, Email: mona.weinman@ihs.gov Submission Instructions: Interested parties shall submit capability via email to mona.weinman@ihs.gov, Contract Specialist. Must include Sources Sought Number IHS1520816 in the Subject line. The due date for receipt of statements is January 15, 2026, 2:00 p.m. Central Standard 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 based on 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 because 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7a5d31725dc64cd989136b878cb9d26f/view)
- Place of Performance
- Address: Pine Ridge, SD, USA
- Country: USA
- Country: USA
- Record
- SN07668099-F 20251218/251216230041 (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 |