Virtual Coding Services BEM AO
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), Bemidji Sub-Area, is soliciting proposals for Virtual Coding Services for its Bemidji Area Office, including the Red Lake, Cass Lake, and White Earth Service Units in Bemidji, MN. This is a 100% Indian Economic Enterprise (IEE) Set-Aside for a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are due by February 18, 2026, at 1:00 PM CT.
Scope of Work
The contractor will provide area-wide, off-site medical coding services for various encounter types, including Outpatient, Inpatient, Emergency Department (ED), Behavioral Health (BH), Telehealth, and Tribal health encounters. Services include analysis, review, and completion of coding to support revenue cycle management, ensure compliance, and maintain accurate medical records. This also involves assisting with retrospective provider audits and providing staff training based on audit findings or new initiatives. Coders must be certified, and the contractor is responsible for providing all necessary equipment (computers, phones, etc.). Access to government systems (RPMS, EHR, VISTA) will be provided via VPN.
Contract Details
This will be a Firm Fixed Price, IDIQ contract with a base year (May 1, 2026 - April 30, 2027) and two (2) one-year option periods. The maximum contract value is $2,000,000, with a minimum guarantee of $10,000. Pricing will be based on a "Unit Cost Per Encounter," reflecting an all-inclusive hourly rate. Invoices require encounter type, quantity, unit price, subtotal per encounter type, and total amount due per site, submitted electronically via the U.S. Department of the Treasury's Invoice Processing Platform (IPP).
Submission & Evaluation
Proposals must be emailed and are due by February 18, 2026, at 1:00 PM CT. The Government intends to award without discussions. Evaluation factors include Past Performance (60%) and Technical Capability (40%), with Past Performance combined with price considered greater than price. Offerors must submit:
- Standard Form 1449 (Sections 12, 17, & 30)
- Section B.1 (Contract Administration Data)
- Section B.5 (Schedule of Price/Costs)
- Section E. 52.212-2 (three current references for past performance)
- Verification of SAM.gov registration
- Acknowledgment of the Business Associate Agreement (Attachment 1)
- Completed and signed IEE Representation Form (Attachment 2)
Key Compliance & Attachments
This procurement is set aside for 100% Indian Economic Enterprise (IEE), requiring offerors to complete and submit the IEE Representation Form, self-certifying their eligibility. A Business Associate Agreement (BAA) is mandatory, outlining responsibilities for safeguarding Protected Health Information (PHI) and ensuring HIPAA compliance. Contractor personnel will require a background investigation (national criminal history fingerprint search) and must be registered and complete training for access to Government Information Systems.