Physical and or Occupational Therapy Services for White Earth Health Clinic
ID: 75H70526R00001Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBEMIDJI SUB-AREA,BEMIDJI, MN, 56601, USA

NAICS

Temporary Help Services (56132)

PSC

MEDICAL- OTHER (Q999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Physical and Occupational Therapy services at the White Earth Health Clinic and Naytahwaush Satellite Clinic in Minnesota. The contract, which is set aside for Indian Economic Enterprises, aims to secure up to two therapists for a base year with four additional option years to address staffing shortages and maintain direct patient care. Key requirements for bidders include U.S. citizenship, an active professional license, BLS certification, and a criminal background check, with evaluations focusing on past performance and experience with Native American patients. Interested parties should contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at Jennifer.Richardson@ihs.gov for further details, and must complete the IHS IEE Representation Form to qualify for this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) is soliciting proposals for Physical and Occupational Therapy services at the White Earth Health Center and Naytahwaush Satellite Clinic in Minnesota. This Request for Proposal (RFP) seeks up to two therapists for a base year and four option years (totaling five years), aiming to maintain direct patient care due to staffing shortages. The contract is firm-fixed price under NAICS code 561320 (Temporary Help Services) with a 15-day payment term via the Invoice Processing Platform (IPP). Key requirements include U.S. citizenship, an active license, BLS certification, and a criminal background check. The evaluation prioritizes past performance (60%) over price (40%), with preference for experience with Native American patients and prior White Earth Health Care Facility credentialing. Overtime is not authorized, and contractors must adhere to strict policies regarding conduct, patient confidentiality, and safety. The government will provide equipment and facilities, while the contractor is responsible for uniforms and professional liability insurance.
    The Indian Health Service (IHS) requires offerors to self-certify as an “Indian Economic Enterprise” (IEE) under the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought, RFIs, and resultant contracts. This form, issued by the Department of Health & Human Services, outlines the representation requirements. To qualify, an enterprise must meet the IEE definition at the time of offer, contract award, and throughout the contract performance period. Immediate written notification to the Contracting Officer is required if eligibility is lost. Contracting Officers may request documentation, and awards are subject to protest regarding eligibility. Successful offerors must also be registered with the System of Award Management (SAM). False or misleading information can lead to penalties under 18 U.S.C. 1001, and false claims during performance are subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287. The form includes a representation statement for the offeror to indicate if they meet the IEE definition with “Indian Ownership,” requiring the name of the 51% owner, certifying signature, printed name, federally recognized tribal entity, business name, and UEI Number.
    Lifecycle
    Similar Opportunities
    PT PHARMACIST - CLINTON IHS
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide part-time pharmacist services for the Clinton Service Unit in Oklahoma, specifically for the Clinton, El Reno, and Watonga Indian Health Centers. The contract requires the provision of uninterrupted pharmacist services to eligible Native American patients, including processing prescriptions, patient counseling, and inventory management, with a performance period from January 1, 2026, to December 31, 2026. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, promoting economic development within Native communities. Interested vendors must submit their written quotes by December 9, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must meet specific qualifications, including a valid Oklahoma Pharmacist license and relevant experience.
    Sources Sought IAW Buy Indian Act of 1910: Psychiatric Physicians Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified providers for psychiatric physician services under a Sources Sought notice. This procurement is set aside for Indian Economic Enterprises (IEE) and aims to address the mental health needs of the Native American population in Winterhaven, California. The services are critical for enhancing mental health care access and quality within the community, aligning with the objectives of the Buy Indian Act of 1910. Interested parties can reach out to Michele Lodge, the Contract Specialist, at Michele.Lodge@ihs.gov or by phone at 702-204-9522 for further information.
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    (2) FNP/APN Nonpersonal Services at Pinon Health Service
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for two non-personal service contracts for Family Nurse Practitioners (FNP) or Advanced Practice Nurses (APN) at the Pinon Health Center in Arizona. The objective is to provide comprehensive healthcare services to American Indians and Alaska Natives, including outpatient general medicine and urgent care, as outlined in the Performance Work Statement. This contract is crucial for ensuring culturally appropriate healthcare delivery within the Navajo Area, with a performance period of 12 months or until permanent hires are made. Interested vendors must submit their quotes by August 29, 2025, at 5:00 PM MST, via email to Whitney Shorty at whitney.shorty@ihs.gov, including required documentation across four volumes: Administrative Documents, Technical Proposal, Past Performance, and Price.
    LSJ - RN Services, CRHC, 60days.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified nursing professionals to provide Registered Nurse (RN) services at the Cheyenne River Health Center in Eagle Butte, South Dakota, through a 60-day contract. This urgent procurement aims to address immediate healthcare needs within the community, highlighting the critical role of nursing services in supporting public health initiatives. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or call 605-964-0605 for further details regarding the contract. The secondary contact for inquiries is Stephanie Red Elk, available at stephanie.redelk@ihs.gov or 605-964-0507.
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for four Medical Assistants to serve at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The Medical Assistants will be responsible for various patient care tasks, including screenings, specimen collection, vaccination assistance, and phlebotomy, with a requirement for candidates to have relevant qualifications and certifications. This procurement is part of a Buy Indian Set-Aside initiative, emphasizing the importance of supporting Indian Small Business Economic Enterprises, and will result in a single award with a base year and four option periods based on performance. Interested offerors must submit their proposals by January 2, 2026, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    75H70626Q000010-100% set-side, IEE Firm Fixed Price, Non-Personal Temporary Optometrist services for the QNBMHF in Belcourt ND.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide non-personal temporary optometrist services for the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. This procurement is a Firm Fixed-Price contract, set aside 100% for Indian Economic Enterprises (IEE), with a focus on delivering comprehensive optometry services while adhering to strict quality control and health regulations. The contract period spans one year, from January 1, 2026, to December 31, 2026, with proposals evaluated based on the Lowest Price Technically Acceptable (LPTA) method. Interested parties must submit their quotes by December 8, 2025, and direct any inquiries to Jody Keplin at jody.keplin@ihs.gov.
    NNMC, Request for two (2) Non-PSC Inpatient Pediatrics RN Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for two Non-Personal Healthcare Services in the form of Inpatient Pediatric Nurses at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract encompasses a base period of six months, starting from January 1, 2026, with the possibility of extending through four additional six-month option periods, potentially lasting until June 30, 2028. These nursing services are critical for providing quality healthcare to pediatric patients in the region, and the procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561320. Interested contractors must comply with various federal regulations, including medical liability insurance requirements and submission protocols, and should direct inquiries to Matthew Atcitty at matthew.atcitty@ihs.gov.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.