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), Great Plains Area, is soliciting 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. Proposals are due by 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:
- Conducting in-lab and home sleep studies.
- Maintaining and providing multi-channel polysomnography equipment and nasal CPAP equipment.
- Scheduling all in-lab and home sleep studies, including patient contact for cancellations/no-shows.
- Maintaining patient records and providing written reports.
- Ensuring the contractor's MD is responsible for reading and interpreting sleep studies.
- Participating in quality improvement initiatives and providing inservice training.
- Utilizing the 'HER' Electronic Medical Record system.
- All proposed hardware for in-lab studies must have FDA approval.
Contract Details
- Solicitation Number: 75H70626Q00101
- Type: Firm-Fixed Price, Non-Personal Service, Single Award Purchase Order
- Set-Aside: Total Small Business (100%)
- NAICS Code: 621498 (Small Business Size Standard: $25.5 Million)
- Period of Performance: One (1) base year and four (4) one-year option periods, for a potential total of five years (March 23, 2026, to March 22, 2031).
Submission Requirements
Quotes must be submitted on company letterhead, signed, dated, and include:
- Solicitation number, closing date, company contact information.
- Technical description detailing compliance with requirements, including ability to provide accurate and timely services.
- Completed Price Schedule for all CLINs (0001-0005), with "all inclusive" unit pricing.
- FAR 52.212-3 representations and certifications.
- Acknowledgment of amendments.
- Past performance information (recent and relevant contracts, POCs).
- Statement of agreement with all terms.
- Electronic Submission: Via email to Farrah Azure at farrah.azure@ihs.gov.
- Questions Due: 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 are more important than price.
- Technical Capability: Evaluated on demonstrated experience in polysomnography sleep studies and home testing capabilities. Proposals must explain how requirements are met.
- Past Performance: Evaluated on recent and relevant contracts of similar scope and complexity, particularly within federal or tribal healthcare environments. CPARs with "Services" business sector are relevant. Unsatisfactory or multiple marginal ratings will result in an "UNACCEPTABLE" rating. Unknown past performance is considered "acceptable."
- Price: Evaluated for reasonableness and realism based on the total proposed price for the base year and all option periods.
Important Notes
Offerors must have a Unique Entity ID, TIN, and be registered in SAM.gov. 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.