Registered Nurse Services for the Inpatient Department at the Cheyenne River Health Center
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 Great Plains Area Indian Health Service (IHS), under the Department of Health and Human Services, is soliciting quotes for Registered Nurse (RN) Services for the Inpatient Department at the Cheyenne River Health Center in Eagle Butte, South Dakota. This is a Labor-Hour, non-personal services commercial contract issued as a Combined Synopsis/Solicitation. The opportunity is a 100% Indian Small Business Economic Enterprises (ISBEE) Set-Aside. Quotes are due by February 3, 2026.
Scope of Work
The contractor will provide comprehensive Registered Nurse services for inpatient care, with potential coverage in Outpatient and Emergency Departments on an emergency basis. Services encompass the full scope of practice for newborn, child, adolescent, adult, and geriatric patients. Key qualifications include current BLS, ACLS, and PALS certifications (AHA certified), an unencumbered RN license, a minimum of one year of RN experience, and the ability to work effectively with the Native American community. Personnel must be proficient in various nursing procedures such as medication administration, wound care, and IV insertion. Mandatory requirements include background investigations (FBI National Criminal History Check, OIG Exclusion List check), specific health records (vaccinations, TB testing, fit test), and completion of facility-specific orientation and mandatory trainings (e.g., HIPAA, HazCom, Sexual Abuse Prevention). The contractor must ensure continuous coverage and provide replacement candidates with sufficient lead time for clearance.
Contract Details
This is a Labor-Hour, non-personal services commercial contract with a government-established ceiling price. The period of performance includes a Base period plus two (2) additional option years. For evaluation purposes, estimated annual hours are 22,880 for RN services and 5,616 for on-call RN services. The place of performance is the Cheyenne River Health Center, 24276 166th Street, Eagle Butte, South Dakota 57625. Payment will be made for hours actually worked at fixed hourly labor rates, not to exceed the contract ceiling, with invoices submitted electronically via the Invoice Processing Platform (IPP).
Submission & Evaluation
Quotes are due electronically via email to Velvett.Cummins@ihs.gov by February 3, 2026, at 05:00 pm MT. Submissions must be on company letterhead, signed, and dated, including the solicitation number, closing date, company contact information, technical description, warranty terms, price/discount terms, 'remit to' address, completed FAR 52.212-3 representations/certifications, and acknowledgment of any amendments. The award will be made on a Lowest-Priced Technically Acceptable (LPTA) basis. Technical factors, including Problem and Approach, Past Performance and Experience, and Key Personnel, will be evaluated as Acceptable/Unacceptable without comparative ranking or trade-off analysis. Questions were due by January 15, 2026.
Eligibility
This Request for Quote (RFQ) is a 100% Indian Small Business Economic Enterprises (ISBEE) Set-Aside. The associated NAICS Code is 621399, with a small business size standard of $10.0 million. Quoters are required to complete the attached INDIAN FIRM REPRESENTATION FORM and must be registered with SAM.gov, possessing a Unique Entity ID (UEI) and TIN.
Additional Notes
Amendment 00001 extended the closing date. Bidders should review all attachments, including the Performance Work Statement (PWS), Price Schedule, and Wage Determination, as the solicitation incorporates various FAR and HHSAR clauses by reference and full text.