The Indian Health Service (IHS) requires offerors to self-certify their status as an "Indian Economic Enterprise" (IEE) in accordance with the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought, and RFIs. This representation form mandates that an enterprise meet the IEE definition at the time of offer, contract award, and throughout the contract performance period. Contractors must immediately notify the Contracting Officer if they no longer meet eligibility requirements. While self-certification is required, Contracting Officers may request additional documentation, and awards may be subject to protest if eligibility is questioned. Successful offerors must also be registered with the System for Award Management (SAM). The document warns against submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims during contract performance. The form requires the offeror to indicate whether they meet the IEE definition, and includes spaces for the name of the 51% owner, certifying signature, printed name, name of the Federally Recognized Tribal Entity, business name, and DUNS Number.
The Quality Assurance Surveillance Plan (QASP) for the Tribal Injury Prevention Cooperative Agreements Monitoring Contract (TIPCAP) outlines the government's approach to assessing contractor performance. It details technical requirements, work categories such as newsletters, website support, training, workshops, and monitoring activities, all aimed at ensuring quality information technology support. The QASP establishes procedures for continuous oversight, defining what, how, and by whom monitoring will be conducted and documented. It emphasizes the contractor's responsibility for quality control while providing a framework for objective government surveillance, guided by Federal Acquisition Regulation Part 46. Key roles include the Program/Project Manager, Contracting Officer, and Contracting Officer's Representative (COR), who uses a surveillance matrix and performance ratings (Exceptional to Unsatisfactory) to evaluate performance and document findings through Corrective Action Reports and Performance Assessment Reports. The plan is a flexible, living document designed to identify and resolve performance issues efficiently.
The Past Performance Questionnaire (PPQ) Form PPQ-0, Solicitation No. 75H70126R00001 for the TIPCAP Project, is a critical component of federal government solicitations designed to evaluate a contractor's past performance. This form, part of Section L – Factor 4, requires both the contractor and the client to provide detailed information. Contractors complete sections on their company, project role, contract specifics (number, type, price), and a description of the work and its relevance to the current submission. Clients then complete sections regarding their role, date of completion, and signature. The form includes a comprehensive rating system with definitions (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) across various performance areas: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, Safety/Security, and General. Clients are asked to circle the appropriate rating and provide narrative feedback on strengths, weaknesses, and deficiencies. The document emphasizes that clients are encouraged to submit the completed questionnaire directly to the offeror, who then submits it with their proposal to IHS. IHS reserves the right to verify all information provided, ensuring transparency and accuracy in the evaluation process.
This document outlines instructions for calculating self-performed work in federal government contracts, particularly for Small Business, Indian Small Business Economic Enterprise (ISBEE), 8(a), Small Disadvantaged Businesses (SDB), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB) concerns. The core requirement for service contracts is that the prime contractor and/or “similarly situated entities” must perform at least 50% of the cost of contract performance incurred for personnel. The document defines
This government file, "ATTACHMENT 4 INSTRUCTIONS FOR CALCULATION OF SELF-PERFORMED WORK," outlines the regulations for prime contractors regarding limitations on subcontracting, primarily focusing on service contracts. Adhering to FAR 52.219-14 and CFR Title 13, Part 125.6, prime contractors, particularly those with small business program status (e.g., ISBEE, 8(a), HUBZone), must ensure that at least 50% of the cost of contract performance for personnel is self-performed or performed by “similarly situated entities.” A "similarly situated entity" is a first-tier subcontractor with the same small business program status that qualified the prime contractor for the award and is considered small for the relevant NAICS code. The document provides detailed calculation forms for both proposal submission and contract completion, requiring prime contractors to track costs and percentages of work performed by themselves and similarly situated entities. It clarifies that amounts subcontracted to similarly situated entities performing with their own employees are generally excluded from the subcontracting limitation calculation. The file also includes examples to illustrate compliance and violations of these rules.
The Indian Health Service (IHS) Division of Engineering Services is soliciting proposals (Solicitation: 75H70126R00001) for the "Monitoring of the Tribal Injury Prevention Cooperative Agreement Program (TIPCAP)." This RFP seeks an external evaluation advisory contractor to provide oversight and technical expertise for up to 30 Tribal Injury Prevention Cooperative Agreements (15 Part I Programs and 15 Part II Projects) across 12 IHS Areas. The contract, with a base period from January 2026 to December 2026 and four one-year options, aims to enhance and sustain the capacity of tribal injury prevention programs. Key tasks include temporary assistance with prior cycle closeout, establishing a document sharing website, conducting semi-annual grantee conference calls, developing training tools and webinars, updating the TIPCAP Handbook, providing technical assistance and evaluation support, coordinating an annual workshop, performing site visits to Part I grantees, and submitting various reports. The acquisition is 100% set-aside for Indian Small Business Economic Enterprises (ISBEE).
The Indian Health Service (IHS) is seeking an Evaluation Advisory contractor for its Tribal Injury Prevention Cooperative Agreement Program (TIPCAP) through Solicitation 75H70126R00001. The contract aims to provide oversight and technical expertise to up to 30 Tribal Injury Prevention Cooperative Agreements across 12 IHS Areas, focusing on community-based injury prevention. The contractor will evaluate 15 Part I Injury Prevention Programs and 15 Part II Injury Prevention Program Projects. Key responsibilities include temporary technical assistance for prior cycle closeout, document sharing via a dedicated website, conducting semi-annual conference calls and webinars, updating the TIPCAP Handbook, providing technical assistance and evaluation support, coordinating annual workshops, and performing site visits to Part I grantees. The contract has a base period of 12 months, with four 12-month option periods, from January 2026 to December 2030, and is a 100% set-aside for Indian Small Business Economic Enterprise (ISBEE).
The Indian Health Service (IHS) Division of Engineering Services has issued Solicitation 75H70126R00001 for monitoring the Tribal Injury Prevention Cooperative Agreement Program (TIPCAP). This RFP seeks an Evaluation Advisory contractor to provide professional oversight and technical expertise for up to 30 Tribal Injury Prevention Cooperative Agreements (15 Part I Programs and 15 Part II Projects) across 12 IHS Areas. The contract, with a base period from January 2026 to December 2026 and four one-year options, involves tasks such as providing technical assistance, conducting conference calls and webinars, updating the TIPCAP Handbook, performing site visits, and compiling progress and evaluation reports. Key personnel require extensive experience in community injury prevention and working with American Indian/Alaska Native communities. The acquisition is 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with proposals due by November 12, 2025.
The Indian Health Service (IHS) Division of Environmental Health Services (DEHS) has issued Solicitation 75H70126R00001 for an Evaluation Advisory contract. This contract seeks a contractor to monitor the Tribal Injury Prevention Cooperative Agreement Program (TIPCAP) for up to 30 Tribal Injury Prevention Cooperative Agreements across 12 IHS Areas. The contractor will provide professional oversight and technical expertise in community-based injury prevention, program planning, development, implementation, evaluation, training, and resource development. Key tasks include prior cycle closeout assistance, establishing a document-sharing website, conducting semi-annual grantee conference calls and webinars, updating the TIPCAP Handbook, providing technical assistance and evaluation support, coordinating annual workshops, performing site visits to Part I grantees, and monthly consultations with IHS staff. The contract has a base period of 12 months with four 12-month option periods, from January 1, 2026, to December 31, 2030. This acquisition is 100% set aside for Indian Small Business Economic Enterprises (ISBEE).
The Indian Health Service (IHS) is soliciting proposals (Solicitation: 75H70126R00001) for an Evaluation Advisory contractor to monitor the Tribal Injury Prevention Cooperative Agreement Program (TIPCAP). This contract will provide professional oversight and technical expertise in community-based injury prevention to up to 30 TIPCAP grantees (15 Part I Programs and 15 Part II Projects) across 12 IHS Areas. The contractor will assist with program planning, development, implementation, evaluation, training, and resource development over a base period of 12 months and four 12-month option periods, from January 2026 to December 2030. Key responsibilities include conducting conference calls, developing training tools, updating the TIPCAP Handbook, providing technical assistance, coordinating an annual workshop, performing site visits, and submitting comprehensive biannual and annual reports. The acquisition is 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with proposals due by November 19, 2025, at 1:00 PM PT.
The Indian Health Service (IHS) Division of Environmental Health Services (DEHS) issued Solicitation 75H70126R00001 for a contractor to monitor the Tribal Injury Prevention Cooperative Agreement Program (TIPCAP). This RFP seeks an Evaluation Advisory contractor to provide professional oversight and technical expertise in community-based injury prevention to up to 30 Tribal Injury Prevention Cooperative Agreements (15 Part I Programs and 15 Part II Projects) across 12 IHS Areas. The contract, with a base period from January 1, 2026, to December 31, 2026, and four one-year option periods, includes tasks such as technical assistance, training, resource development, annual workshops, site visits, and comprehensive reporting. The contractor will support grantees in program planning, implementation, evaluation, and documentation of successes, with key personnel required to have extensive experience in public health and working with American Indian/Alaska Native communities. Travel is reimbursed at actual costs, not to exceed $20,000 per period.
This document is Amendment A0001 to Solicitation 75H70126R00001, issued by the Indian Health Service - DES Seattle. The amendment, dated September 26, 2025, with an effective date of September 30, 2025, outlines revisions to the original solicitation. Key changes include removing the "GSA Contract number of the Offeror" from Section L.2. Cover Letter (2) and rephrasing the submission requirements for Volume I and Volume II in the second paragraph on page 35. Additionally, the amendment provides a Q&A section as of September 30, 2025, clarifying that the TIPCAP coordinator position applies only to TIPCAP grantees, and contractors are not required to provide program coordinators as part of their staffing. All other terms and conditions of the solicitation remain unchanged. Offers must acknowledge receipt of this amendment by one of three specified methods prior to the offer due date, with failure to do so potentially resulting in rejection of the offer.
This document, Amendment A0002 to Solicitation 75H70126R00001, outlines modifications to a federal government RFP. The primary purpose is to update clauses, add new attachments, and provide clarifications through a Q&A section. Key changes include updating Section I with new FAR and HHSAR clauses, specifically FAR 52.219-14 on Limitations on Subcontracting and HHSAR clauses related to Indian Small Business Economic Enterprises. Attachment 4, a "Self Performed Calculation Sheet," is added, and its completion is now a requirement for Factor 6 Price Reasonableness in Section L. The amendment also provides responses to questions regarding staffing requirements for TIPCAP grantees and subcontracting for Project Director and Research/Technical Advisor positions, emphasizing compliance with self-performance calculations for ISBEE Set-Aside service contracts. All other terms and conditions of the solicitation remain unchanged.
This document is Amendment A0003 to Solicitation 75H70126R00001, issued by the Indian Health Service - DES Seattle. Its purpose is to amend the solicitation with several key changes, including updating Section G.3 for consistency in key personnel (Project Director and Researcher/Technical Advisor), changing HHSAR Clauses 352.209-1 and 352.209-2 from Deviation 2025-01 to 2025-02, updating font size requirements in Section L.2, and moving HHSAR 352-226-4 from Section I to L.7. Additionally, the amendment provides a Q&A section as of October 15, 2025, clarifying various technical and administrative points, such as subcontractor discretion for key personnel, the government's stance on G&A being applied to travel costs, and the requirement for contractors to provide all computing equipment. All other terms and conditions of the solicitation remain unchanged, and a fully updated RFP is attached.
This government file is an amendment to a solicitation (A0004) for a federal contract, likely an RFP, specifically for the Indian Health Service (IHS). The amendment updates several sections, including L.4.1 Factor 4: Past Performance, M.3.2.1. Factor 4: Past Performance, and L.2. Proposal Preparation and Submission Instructions. It also provides a Q&A section as of October 27, 2025, addressing various administrative and technical questions. Key clarifications include the contractor not providing grantee staffing, flexibility for subcontracting key personnel (while adhering to self-performance limitations for ISBEE Set-Aside contracts), the requirement for contractors to provide all computing equipment, and the applicability of multiple Indian Preference Program clauses. The amendment also addresses questions regarding the acceptance of CPARS for past performance, the use of subcontractor and sister subsidiary past performance, and the required documentation for Indian Economic Enterprise representation. Additionally, the government clarifies that G&A, overhead, or profit cannot be applied to travel costs, which will be reimbursed at actual cost.
This government file is an amendment to a solicitation (RFP 75H70125R00001) for a firm-fixed price contract, issued by the Indian Health Service – DES Seattle. The amendment, A0005, primarily modifies several sections of the RFP, including changes to Factor 4 (Past Performance) and Factor 6 (Price Reasonableness Attachment 4 Self Performed Calculation Sheet). Key updates include clarifying that offerors should not incorporate previously submitted Past Performance Questionnaires (PPQs) by reference, specifying that the contract type is firm-fixed price, and extending the RFP response deadline to November 19, 2025. The amendment also provides Q&A responses covering various administrative and technical aspects, such as requirements for program coordinators, subcontracting limitations, the treatment of G&A for travel costs, and the evaluation of past performance for subcontractors and sister companies. Additionally, it clarifies guidelines for key personnel experience and technical capability submissions. All other terms and conditions of the solicitation remain unchanged.