The Great Plains Area Indian Health Service (IHS) is issuing a Request for Quote (RFQ) No. 75H70626R00004 for a Labor Hour Type Contract to provide Non-Personal Medical Services. This contract aims to secure 0-10 Registered Nurses and Licensed Practical Nurses for the Pine Ridge Service Unit and its outlying health centers in South Dakota. The contract includes a base period and eight three-month option periods, with funding obligated in quarterly increments. This RFQ is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside under NAICS Code 561320. Quoters must submit proposals in four volumes: Administrative Documents, Technical Capability and Approach (excluding pricing), Past Performance, and Price. Key evaluation factors include technical capability, key personnel qualifications, schedule adherence, past performance, and price. Selected personnel will undergo security pre-clearance, including FBI fingerprint checks, and must not be on the OIG Exclusion List. All invoices will be processed electronically via the Invoice Processing Platform (IPP).
The Great Plains Area Indian Health Service (IHS) has issued a combined synopsis/solicitation (RFQ 75H70626R00004) for a Labor Hour Type Contract for Non-Personal Medical Services. This 100% Indian Small Business Economic Enterprises (ISBEE) Set-Aside seeks Outpatient Registered Nurses and Licensed Practical Nurses for the Pine Ridge Comprehensive Health Care Facility in South Dakota. The contract includes a three-month base period and eight three-month option periods, with funding obligated in quarterly increments. Quotes must be all-inclusive and submitted electronically to ashleigh.yazzie@ihs.gov by February 5, 2026, 12:00 pm MST. Submissions require four volumes: Administrative Documents (SF-1449, representations), Technical Capability and Approach (PWS alignment, personnel, schedule), Past Performance (3-5 similar contracts), and Price. Security clearances, including FBI National Criminal History Checks and screening against the OIG Exclusion List, are mandatory for all personnel. Contractors must register with SAM.gov and utilize the Invoice Processing Platform (IPP) for payments.
This Request for Quotations (RFQ) 75H70626R00004, issued by the Indian Health Service (IHS) Pine Ridge Service Unit, is a 100% Small Business Buy Indian Set-Aside for Registered Nurse/Licensed Practical Nurse (RN/LPN) services. The solicitation seeks to procure non-personal labor-hour type commercial item purchase orders for RN/LPN services in Outpatient Departments across multiple health care centers in the Great Plains Area, including Pine Ridge PHS Indian Hospital, Martin District Clinic, Kyle Health Center, and Wanblee Health Center. The contract includes a three-month base period and eight three-month option periods, totaling a potential performance period from March 1, 2026, to May 31, 2028. The NAICS code is 561320 (Temporary Help Services) with a $34 million size standard. Offerors must submit detailed proposals across four volumes: Administrative Documents, Technical Capability and Approach (excluding pricing), Past Performance, and Price. Evaluation factors include technical capability, key personnel qualifications, ability to meet the performance schedule, past performance, and price. All invoices will be processed through the Invoice Processing Platform (IPP).
The Pine Ridge Indian Health Service (PRSU) requires contractor support for Out-Patient Nursing Services to address staffing shortages. This labor-hour, non-personal services contract seeks qualified Registered Nurses (RNs) and Licensed Practical Nurses (LPNs), with LPNs not exceeding 50% of the workforce. The contract covers a 90-day period, with potential for termination if permanent government providers are hired. Services will be provided at the Pine Ridge Service Unit and its outlying health centers, including mobile and community outreach locations. Contractor personnel must possess current, unrestricted state nursing licenses, American Heart Association BLS, ACLS, and PALS certifications, and at least two years of experience in ambulatory care for RNs. They will provide direct patient care, including EKG, medication administration, wound care, and patient education. The contractor is responsible for maintaining staffing levels, ensuring quality of care, adhering to employee health requirements, and undergoing federal background investigations. Quality of care will be monitored through chart audits and patient complaints, with potential deductions for failing to meet benchmarks.
This government file outlines contract clauses and solicitation provisions for federal procurement, focusing on commercial products and services. Key clauses cover whistleblower rights, personal identity verification, system for award management, subcontracting limitations for small businesses, and prohibitions on contracting with inverted domestic corporations. Labor standards, equal opportunity for veterans and individuals with disabilities, combating human trafficking, and minimum wage requirements are also included. The document details requirements for privacy, pollution prevention, and government property. It specifies guidelines for electronic payment submissions, key personnel changes, and protest procedures. Solicitation provisions outline instructions for offerors, including submission requirements for administrative documents, technical capability, past performance, and pricing. Evaluation criteria prioritize technical approach, key personnel qualifications, schedule adherence, past performance in relevant services, and price. The file emphasizes compliance with various Federal Acquisition Regulations (FAR) and Department of Health and Human Services Acquisition Regulation (HHSAR) clauses, many with authorized deviations. It also includes representations regarding responsibility matters, tax liability, and felony convictions.
The Indian Health Service (IHS) Division of Acquisition Policy (DAP) requires Offerors to self-certify their status as an "Indian Economic Enterprise" (IEE) under the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought notices, RFIs, and subsequent contracts. This form, from the Department of Health & Human Services, outlines the representation and certification process. Eligibility as an IEE, defined by HHSAR 326.601, must be maintained 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 the criteria. Documentation of eligibility may be requested, and successful Offerors must be registered with the System of Award Management (SAM). False information carries severe penalties under 18 U.S.C. 1001 and 31 U.S.C. 3729 to 3731, and 18 U.S.C. 287. The form requires the Offeror to explicitly state whether they meet the IEE definition, with details for the 51% owner, tribal entity, and business information.
This government file, Wage Determination No. 2015-5377 Revision No. 29, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract workers in specific South Dakota counties, effective July 8, 2025. It details compliance requirements for Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on contract award dates, and mandates paid sick leave under Executive Order 13706. The document provides extensive occupational listings with corresponding wage rates, including administrative, automotive, health, and technical roles. It also covers fringe benefits like health & welfare, vacation, and holidays, along with special provisions for computer employees, air traffic controllers, hazardous pay, and uniform allowances. Procedures for conforming unlisted occupations are also detailed.