Polysomnography Sleep and Home Studies for Quentin N Burdick Memorial Health Care Facility in Belcourt, ND

SOL #: 75H70626Q00101Combined Synopsis/Solicitation

Overview

Buyer

Health And Human Services
Indian Health Service
INDIAN HEALTH SERVICE
PORTLAND, OR, 97209, United States

Place of Performance

Belcourt, ND

NAICS

All Other Outpatient Care Centers (621498)

PSC

Other Medical Services (Q999)

Set Aside

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

Timeline

1
Posted
Mar 9, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 7, 2026, 5:00 PM

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 Great Plains Area Indian Health Service (IHS) is seeking proposals for Polysomnography Sleep and Home Study Services at the Quentin N Burdick Memorial Health Care Facility in Belcourt, North Dakota. This is a 100% Total Small Business Set-Aside opportunity. The services include providing sleep studies, ancillary equipment, and qualified personnel. Proposals are due April 7, 2026, at 12:00 pm CST.

Scope of Work

The contractor will provide comprehensive polysomnography testing and home study services, including all necessary ancillary equipment, supplies, and qualified personnel (Respiratory Therapists or Polysomnography technicians). Key responsibilities include patient scheduling, maintaining patient records, providing written reports, participating in quality improvement, and offering inservice training. The contractor's MD will be responsible for interpreting sleep studies. A 5 or 7 channel system/equipment is preferred, and the current 'HER' EMR system must be utilized. Two rooms are dedicated to overnight sleep studies, subject to hospital diversion status.

Contract Details

  • Type: Firm-Fixed Price, Non-Personal Service, Single Award Purchase Order
  • Set-Aside: 100% Total Small Business (NAICS 621498, $25.5M size standard)
  • Product Service Code: Q999 (Other Medical Services)
  • Period of Performance: One 12-month base year (March 23, 2026 - March 22, 2027) with four additional 12-month option periods, totaling a potential five years.
  • Place of Performance: Quentin N Burdick Memorial Health Care Facility, Belcourt, ND.

Submission Requirements

Quotes must be submitted on company letterhead, signed, dated, and include:

  • Solicitation number 75H70626Q00101.
  • Company contact information.
  • Technical description of services, including product literature if applicable.
  • Price and any discounts, utilizing the attached Price Schedule for CLINs 0001-0005. All pricing must be "all inclusive" (travel, lodging, per diem, fringe benefits, taxes, etc.).
  • "Remit to" address.
  • Completed FAR 52.212-3 representations and certifications.
  • Acknowledgment of any solicitation amendments.
  • Past performance information (recent and relevant contracts, points of contact).
  • Statement of agreement with all terms and conditions. Submissions are accepted electronically via email to farrah.azure@ihs.gov. Questions must be submitted by March 30, 2026, 12:00 pm CST.

Evaluation Criteria

Award will be made on a Best Value basis, considering technical capability, past performance, and price. Technical factors (capability and past performance) are collectively more important than price.

  • Technical Capability: Evaluated on demonstrated experience performing polysomnography sleep studies and home testing capabilities, requiring a detailed explanation.
  • Past Performance: Assessed based on recent and relevant contracts of similar scope and complexity, particularly within federal or tribal healthcare environments. "Unknown" past performance is acceptable.
  • Price: Evaluated for reasonableness and realism based on the total proposed price for the base and all option years.

Additional Notes

Offerors must be registered in SAM.gov with a Unique Entity ID (UEI) and TIN. The Invoice Processing Platform (IPP) is required for electronic invoicing. General Liability and Property Damage Insurance with minimum limits of $1,000,000 per occurrence and $3,000,000 aggregate is required.

People

Points of Contact

Farrah AzurePRIMARY

Files

Files

Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Apr 2, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
View