NNMC, Two (2) Non-PSC Obstetrician/Gynecologist Physician
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), Shiprock Service Unit, is conducting a Sources Sought for two (2) Non-PSC Obstetrician/Gynecologist Physicians for the Northern Navajo Medical Center in Shiprock, NM. This market research aims to identify capable Native American Owned Small Businesses or Indian Economic Enterprises (IEEs). Responses will inform the acquisition strategy, with a preference for Indian economic enterprises under the Buy Indian Act. Responses are due March 9, 2026.
Scope of Work
The requirement is for two Obstetrician/Gynecologist Physicians to provide inpatient and outpatient care at the Northern Navajo Medical Center.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Period of Performance: 24 continuous months, consisting of a base period plus three 6-month option periods.
- NAICS Code: 621111 – Offices of Physicians (except Mental Health Specialist), with a $16.0M small business size standard.
- Set-Aside: Market research will determine the acquisition strategy, which may include Indian-Owned Enterprise Set Asides, Total Small Business Set Aside, other socio-economic set asides, or unrestricted. Preference will be given to Indian economic enterprises in accordance with the Buy Indian Act.
- Response Due: Monday, March 9, 2026, by 12:00 pm MST.
- Published: March 1, 2026.
Submission Requirements
Interested sources must submit a capabilities package to Matthew Atcitty by the due date. Required information includes:
- Confirmation of Buy-Indian set-aside status under NAICS 621111 (or proposed alternative NAICS with rationale).
- Completed IHS Buy Indian Act Indian Economic Enterprise Representation Form (attached document).
- For Non-Indian firms, indicate size (small/other-than-small) and socio-economic program participation (e.g., 8(a), HUBZone, SDVOSB, WOSB/EDWOSB).
- A positive statement of intent to submit a quote as a prime contractor.
- Firm’s UEI Number.
- Evidence of recent (within the last five years) experience similar in type and scope, including contract numbers, project titles, dollar amounts, percentage and description of work self-performed, and customer points of contact.
Additional Notes
This is not a request for quotes/proposals or an invitation for bids. It is for information only, and the government assumes no financial responsibility for response costs. If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply, requiring 50% of the cost (excluding materials) to be performed by the prime's own employees. If adequate interest from Buy-Indian concerns is not received, the solicitation may be issued as another type of set-aside or unrestricted without further notice.