Endodontic Non Personal Healthcare Services for the Albuquerque Indian Dental Clinic
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Indian Health Service (IHS), specifically the ALBUQUERQUE AREA INDIAN HEALTH SVC, is soliciting proposals for Endodontic Non-Personal Healthcare Services for the Albuquerque Indian Dental Clinic (AIDC) in Albuquerque, NM. This is a Total Small Business Set-Aside acquisition for part-time endodontist services. Quotations are due by 5:30 pm MDT on Thursday, January 8, 2026.
Scope of Work
The selected contractor will provide comprehensive endodontic services, including examination, diagnosis, prevention, and treatment of diseases of the dental pulp and root canal therapy for Native American patients. Services also encompass consultative support, medication prescription, and thorough treatment documentation. Key personnel requirements include a DDS or DMD degree, graduation from an endodontic residency program, certification by the American Board of Dentistry, and current Basic Cardiac Life Support (BLS) Certification. The contractor must also maintain specific medical liability insurance, comply with security and background investigations (including fingerprinting), and meet health requirements such as immunizations and seasonal influenza vaccination. Compliance with the Pro-Children Act and Crime Control Act regarding child abuse reporting is mandatory.
Contract Details
- Contract Type: Firm-fixed price, non-personal healthcare services.
- Period of Performance: A base year (TBD, 2026 – TBD, 2027) with four (4) subsequent option years, extending the potential contract through TBD, 2031.
- Work Schedule: Part-time, consisting of three (3) nine-hour shifts per month for six (6) months per year, typically Monday-Friday, 8:00 am - 5:30 pm, with a 45-minute lunch break. Overtime is not authorized.
- Set-Aside: Total Small Business (FAR 19.5).
- NAICS Code: 621210, with a small business size standard of $8.0 million.
- Pricing: Bidders must complete a provided fillable table detailing pricing per CLIN for the base and option years, based on an hourly rate and 162 hours/year.
Submission & Evaluation
- Quotation Due Date: Thursday, January 8, 2026, by 5:30 pm MDT.
- Submission Requirements: A complete quotation package comprising three volumes: Technical Capability, Past Performance, and Quote, along with a signed SF-1449. Electronic submission (PDF preferred) is mandatory.
- Evaluation Factors: Proposals will be evaluated in descending order of importance: Technical Capability, Past Performance, and Pricing.
- Award Basis: Award will be made to the responsible quoter whose submission is technically acceptable, determined responsible, and represents the best value to the Government. Award is anticipated without discussions.
Questions & Contact
Questions regarding this solicitation must be submitted via email to Stephanie.Begay3@ihs.gov by December 23, 2025. The primary contact is Stephanie Begay at 505-256-6750.