Polysomnography Sleep and Home Studies for Quentin N Burdick Memorial Health Care Facility in Belcourt, ND
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), specifically the Quentin N Burdick Memorial Health Care Facility in Belcourt, ND, is soliciting proposals for Polysomnography Sleep and Home Study Services. This is a Total Small Business Set-Aside opportunity for a firm-fixed price, non-personal service purchase order. The contract includes a base year and four option years, totaling a potential five-year period of performance. Proposals are due by April 7, 2026, at 12:00 pm CST.
Scope of Work
The selected contractor will provide comprehensive polysomnography testing and home study services, including all necessary ancillary equipment for testing and analysis. Key responsibilities include providing qualified personnel (Respiratory Therapists or Polysomnography technicians), maintaining and supplying multi-channel polysomnography sleep study equipment and nasal CPAP equipment, and furnishing all required supplies. The contractor will also be responsible for maintaining patient records, providing written reports, participating in quality improvement initiatives, and offering inservice training upon request.
Clarifications from Amendments:
- Contractor staff will be solely responsible for scheduling all in-lab and home sleep studies, including managing cancellations and no-shows. Hospital staff will not perform these tasks.
- The current Electronic Medical Record (EMR) system is 'HER', which must continue to be used.
- A 5 or 7 channel sleep system/equipment is preferred, and any proposed hardware must have FDA approval.
- The contractor's Medical Doctor (MD) will be responsible for reading and interpreting all sleep studies.
- Two rooms are dedicated to overnight sleep studies at the facility.
Contract & Timeline
- Contract Type: Firm-Fixed Price, Non-Personal Service Purchase Order
- Period of Performance: One (1) base year (03/23/2026 - 03/22/2027) and four (4) one-year option periods, for a total potential of five years.
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 621498, $25.5M size standard)
- Response Due: April 7, 2026, at 12:00 pm CST
- Questions Due: March 30, 2026, at 12:00 pm CST (Passed)
- Place of Performance: Quentin N Burdick Memorial Health Care Facility, Belcourt, ND
- Insurance: General Liability and Property Damage Insurance ($1M per occurrence, $3M aggregate) is required.
- Invoicing: Use of the Invoice Processing Platform (IPP) is required.
Submission Requirements
Proposals must be submitted electronically via email to farrah.azure@ihs.gov on company letterhead, signed and dated. Submissions must include the solicitation number, company contact information, a detailed technical description, pricing (using the attached Price Schedule for CLINs 0001-0005), "Remit to" address, completed FAR 52.212-3 representations and certifications, and acknowledgment of any amendments. Offerors must also provide past performance information for recent and relevant contracts. Contractors must have a Unique Entity ID (UEI), TIN, and be registered in SAM.gov. Proposals must be firm for at least 30 days.
Evaluation Criteria
Award will be made on a Best Value basis, considering Technical Capability, Past Performance, and Price. Technical factors combined are more important than price, but price may become the deciding factor if technical proposals are deemed equal.
- Technical Capability: Evaluated on the offeror's demonstrated experience in accurate and timely polysomnography sleep studies, home testing capabilities, and insurance verification services. Proposals must provide an explanation, not just a statement of compliance.
- Past Performance: Evaluated on recent and relevant experience, particularly within federal or tribal healthcare environments, with CPAR business sector listed as "Services." Proposals with "UNSATISFACTORY" or multiple "MARGINAL" CPAR ratings will be deemed unacceptable. Unknown past performance is considered acceptable.
- Price: Evaluated for reasonableness and realism based on the total proposed price across all CLINs.
An "UNACCEPTABLE" rating in any single factor will result in the entire proposal being rejected.