Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2026 SAM #8838
SOURCES SOUGHT

Q -- Fixed-Price Award Fee, Non-personal Service type contract for Emergency Room Physician at Fort Yates IHS, Fort Yates, ND.

Notice Date
2/4/2026 12:15:08 PM
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
IHS1520920
 
Response Due
2/17/2026 12:00:00 PM
 
Archive Date
03/04/2026
 
Point of Contact
Mona Weinman, Phone: 6059455427
 
E-Mail Address
mona.weinman@ihs.gov
(mona.weinman@ihs.gov)
 
Small Business Set-Aside
IEE Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services)
 
Description
Sources Sought: Fixed-Price Award Fee, Non-Personal Services � Emergency Room Physician Services for the Indian Health Service (IHS) Great Plains Area (GPA) Fort Yates Hospital, Fort Yates, North Dakota. Sources Sought Notice Number: IHS1520920 This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service. This notice is intended strictly for market research to determine the availability of Indian Economic Enterprises (IEE). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 621111, Offices of Physicians (except Mental Health Specialists) - other NAICS codesmay be considered based on responses received. 1.0 BACKGROUND The Indian Health Service (IHS), Great Plains Area (GPA), Fort Yates Hospital plans to identify potential sources providing Firm-Fixed-Price, Non-Personal Service Contracts for Emergency Room Physicians necessary for 24 hours per day services. 2.0 OBJECTIVE The objective of the Standing Rock Service Unit (SRSU), Indian Health Service is to raise the physical, mental, social and spiritual health of American Indians and Alaska Natives to the highest level. To meet this mission, the SRSU requires contractor support to assist the Emergency department. 3.0 SCOPE The contractor shall furnish Emergency Room Physician services according to the Statement of Work (SOW). 4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS Refer to the SOW. 5.0 TYPE OF ORDER This is a sources sought notice for a Fixed-Price Award Fee type contract. 6.0 ANTICIPATED PERIOD OF PERFORMANCE Period of Performance: Base Award: 04/01/2026 � 05/31/2026 1st Option Year 06/01/2026 � 05/31/2027 2nd Option Year 06/01/2027 � 05/31/2028 3rd Option Year 06/01/2028 � 05/31/2029 4th Option Year 06/01/2029 � 05/31/2030 7.0 PLACE OF PERFORMANCE Fort Yates Hospital 10 Standing Rock Avenue Fort Yates, North Dakota 58538 8.0 Tour of Duty: Please see SOW. 9.0 PAYMENT INVOICE SUBMISSION AND PAYMENT In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests. IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury�s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is already registered to use IPP, you will not be required to re-register, however, we encourage you to make sure your organization and designated IPP user accounts are valid and up to date. The IPP website address is: https://www.ipp.gov. If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov. 10.0 Capability Statement/Information: Interested parties are expected to review this notice to familiarize themselves with the requirements of this project. Failure to do so will be at your firm�s own risk. The following information shall be included in the capability statement: 1.Company name, address, email address, website address, telephone number, and business size (i.e.,small business, 8(a), woman owned, veteran owned, etc.) and type of ownership for theorganization. 2.Company Point of Contact�s Name, telephone number, and e-mail address. Company POC shallhave the authority and knowledge to clarify responses. 3.System for Award Management (SAM) Unique Entity Identifier (UEI) number, expiration, andregistration status. All respondents must register on the SAM located at http://www.sam.gov . 4.Applicable company GSA Schedule number or other available procurement vehicle. 5.Capability Statement: Detailed capability statement addressing the company�s qualifications andability to provide the requirements listed in the Performance Work Statement, with appropriate andspecific documentation supporting claims of recent organizational and staff capability to supportthis requirement. If significant subcontracting or teaming is anticipated to deliver technicalcapability, organizations should address the administrative and management structure of sucharrangements. 6.Experience: Provide a list of 3-5 private industry or Government contracts for the same servicesthat you have performed within the last 3 years. For each contract, include the company�s Point ofContact�s name, email address, telephone number, dollar value of contract, and description of theservices provided on the contract. The Government may contact these entities to conduct pastperformance checks. Reference letters accepted. 7.Staffing Levels: Provide evidence your company has adequate levels of qualified healthcareprovider staff to meet the Qualifications and Requirements listed in the Statement of Work (SOW). 8.Staffing Capability: Provide the last time you successfully placed a provider in a contract position.Provide detailed information such as name, email address, telephone number, dollar value ofcontract, and description of the services provided on the contract. 9.Technical Capability: Provide a response to how the company will respond to staff shortages /absenteeism / replacement in providing services. 10.If American Indian/Native American owned small business, then complete attached IEERepresentation form. 11.0 Closing Statement Point of Contact: Mona Weinman, Contract Specialist, Email: mona.weinman@ihs.gov Submission Instructions: Interested parties shall submit capability statements via email to mona.weinman@ihs.gov. You must include Sources Sought Number IHS1520920 in the Subject line of the email. The due date for receipt of capability statements is February 17, 2026, 2:00 p.m. Central Time. All responses must be received by the specified due date and time to be considered. This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS. IHS does not intend to award a contract based on responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Proposals (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise because of a response to this notice or IHS�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6868a5e8299c4b6a9f887a271648110a/view)
 
Place of Performance
Address: Fort Yates, ND 58538, USA
Zip Code: 58538
Country: USA
 
Record
SN07705119-F 20260206/260204230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.