Polysomnography Sleep and Home Studies for Quentin N Burdick Memorial Health Care Facility in Belcourt, ND
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), Great Plains Area, is soliciting proposals for Polysomnography Sleep and Home Study Services for the Quentin N Burdick Memorial Health Care Facility in Belcourt, North Dakota. This is a firm-fixed price, non-personal service, single award purchase order. The opportunity is a Total Small Business Set-Aside.
Scope of Work
The contractor will provide comprehensive polysomnography testing and sleep studies, including home study capabilities, along with all necessary ancillary equipment and supplies. This includes providing qualified personnel such as Respiratory Therapists or Polysomnography technicians, maintaining equipment for multi-channel polysomnography and nasal CPAP, managing patient records, providing written reports, participating in quality improvement initiatives, and offering inservice training to medical staff upon request. Services are for the respiratory department at the Belcourt Indian Health Service Hospital, serving the Native American population on the Turtle Mountain Indian reservation.
Contract Details
- Contract Type: Firm-Fixed Price, Non-Personal Service, Single Award Purchase Order.
- Period of Performance: A one-year base period (March 23, 2026 – March 22, 2027) and four one-year option periods, for a potential total of five years (up to March 22, 2031).
- Set-Aside: 100% Total Small Business.
- NAICS Code: 621498 (Other Medical Services), with a small business size standard of $25.5 million.
- Pricing: Quoted unit pricing must be "all inclusive," covering travel, lodging, per diem, fringe benefits, taxes, and all other pertinent costs. A price schedule for the base year and four option periods must be completed.
Submission & Evaluation
Proposals must be submitted electronically via email. Required submission elements include company letterhead, solicitation number (75H70626Q00101), contact information, a technical description demonstrating compliance, pricing, "Remit to" address, completed FAR 52.212-3 representations/certifications, acknowledgment of amendments, past performance information, and a statement of agreement with all terms.
Award will be made on a Best Value basis, considering technical capability, past performance, and price. Technical factors (Technical Capability and Past Performance) are more important than price, but price may become the deciding factor if technical proposals are deemed equal.
- Technical Capability: Evaluated on demonstrated experience in polysomnography sleep studies and home testing capabilities.
- Past Performance: Assessed based on recent and relevant contracts of similar scope and complexity, particularly within federal or tribal healthcare environments. Offerors without relevant past performance will be considered "acceptable."
- Price: Evaluated for reasonableness and realism based on the total proposed price across all periods.
Key Dates & Contacts
- Proposal Due Date: April 7, 2026, at 12:00 PM CST.
- Questions Due Date: March 30, 2026, at 12:00 PM CST.
- Contact: Farrah Azure, Purchasing Agent, farrah.azure@ihs.gov.
- Requirements: Offerors must have a Unique Entity ID (UEI), TIN, and be registered in SAM.gov. Use of the Invoice Processing Platform (IPP) is required for invoicing. Proposals must be firm for at least 30 days.