Pinon Health Center needs (2) Family Nurse Practitioner and/or Advanced Practice Registered Nurse nonpersonal services.
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 Navajo Area Indian Health Service (IHS) is soliciting proposals for Family Nurse Practitioner and/or Advanced Practice Registered Nurse (APRN) non-personal services at the Pinon Health Center. This opportunity is set aside for Indian Small Business Economic Enterprise (ISBEE). Services are required for a one-year period, from April 1, 2026, to March 31, 2027. Offers are due by March 20, 2026, at 5:00 PM MST.
Scope of Work
The contractor shall provide Family Nurse Practitioner and/or Advanced Practice Registered Nurse non-personal services in accordance with the attached Performance Work Statement (PWS). The primary objective is to support the healthcare needs of the Pinon Health Center.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (Request for Quote)
- Set-Aside: Indian Small Business Economic Enterprise (ISBEE)
- NAICS Code: 561320 (Small Business Size Standard: $34.0 million)
- Period of Performance: April 1, 2026 – March 31, 2027
- Offer Due Date: March 20, 2026, at 5:00 PM MST
- Published Date: February 27, 2026
Submission & Evaluation
Offers must be submitted via email to whitney.shorty@ihs.gov. Submissions must include the solicitation number, offeror's details (name, address, phone, UEI), EFT indicator, and information for evaluation. Offers are required in four volumes:
- Volume 1: Administrative Documents (SF-1449, SF-30 amendments)
- Volume 2: Past Performance (minimum 2 CPARs, minimum 2 Past Performance Questionnaires, maximum 8 pages)
- Volume 3: Technical Capability and Approach (detailed approach, key personnel, recruitment/retention plan, maximum 8 pages)
- Volume 4: Price (detailed pricing aligned with Schedule of Items, hourly rate breakdown, maximum 2 pages) No pricing information is permitted in Volumes 2 and 3. All documentation must be in PDF format. Questions and Answers (Q&A) period closes 10 days before the offer due date. Evaluation factors include Past Performance, Technical Capability and Approach, and Price. Past Performance and Technical Capability combined are significantly more important than cost or price. The Government intends to award without discussions, and offerors must hold prices firm for 60 calendar days.
Additional Notes
The solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov and www.acquisition.gov/hhsar. Attachments include the Performance Work Statement FNP, Business Associate Agreement, and Past Performance Questionnaire. Contact: Whitney Shorty, Contract Specialist, whitney.shorty@ihs.gov, 928-725-9806.