Opportunity

SAM #IHS1526332

OB/GYN Physician Services for Cheyenne River Health Center, Eagle Butte, SD

Buyer

IHS Great Plains Area

Posted

May 06, 2026

Respond By

May 20, 2026

Identifier

IHS1526332

NAICS

561320, 621111

This opportunity seeks qualified providers for OB/GYN physician services at the Cheyenne River Health Center in Eagle Butte, South Dakota. - Government Buyer: - Indian Health Service (IHS), Great Plains Area Office, Cheyenne River Service Unit - Contracting office located at Federal Building, Aberdeen, SD - Services Requested: - OB/GYN physician services (non-personal, firm-fixed-price contract) - Scope includes medical and surgical care for women, prenatal care, family planning, outpatient procedures (colposcopy with biopsy, endometrial biopsy, cryosurgery, vulvar biopsy), inpatient/ER/UCC consultation, and health promotion - Physicians to work Tuesdays and Wednesdays, 8 a.m. to 8 p.m. - Must comply with CMS and JCAHO standards, credentialing, quality assurance, and all federal, state, tribal, and local laws - Unique Requirements: - Preference for Indian Economic Enterprises (IEE) under the Buy Indian Act - Capability statements required for market research - NAICS code 561320 (Temporary Help Services) identified, alternatives considered - Period of Performance: - Base year of one year, with four one-year option periods (total potential five years) - No OEMs or product line items involved; this is strictly a service procurement - Place of Performance: - Cheyenne River Health Center, 24276 166th St Airport Road, Eagle Butte, SD 57625 - Contracting office: Federal Building, 115 4th Ave SE RM 309, Aberdeen, SD 57401

Description

SOURCES SOUGHT NOTICE (MARKET RESEARCH ONLY)

Notice Number: IHS1526332 Title: Firm-Fixed-Price, Non-Personal Healthcare Services for OB/GYN Physician – Cheyenne River Service Unit (CRSU), Cheyenne River Health Center (CRHC), Eagle Butte, South Dakota.

1.0 NOTICE TYPE

This Sources Sought Notice is issued for informational and planning purposes only and shall not be construed as a solicitation, request for quotation (RFQ), request for proposal (RFP), obligation, or commitment by the Indian Health Service (IHS), U.S. Department of Health and Human Services (HHS).

The purpose of this notice is strictly to conduct market research to determine the availability and capability of Indian Economic Enterprises (IEE) and other responsible sources capable of performing the requirement described herein. Responses will be used to assist the Government in determining an appropriate acquisition strategy, including consideration of a set-aside under the Buy Indian Act (25 U.S.C. § 5323) and FAR Subpart 26.1.

The anticipated North American Industry Classification System (NAICS) code is 561320 – Temporary Help Services; however, other NAICS codes may be considered based on responses received.

2.0 BACKGROUND

This requirement is for a Firm-Fixed-Price (FFP), non-personal healthcare services contract to provide an OB/GYN Physician – Cheyenne River Service Unit, Cheyenne River Health Center, Eagle Butte, South Dakota.

3.0 OBJECTIVE

The objective of this requirement is to obtain qualified OB/GYN physicians to support clinical operations at the Cheyenne River Health Center and to ensure the continuous delivery of medical services to the patient population served by the Cheyenne River Service Unit.

4.0 SCOPE

The Contractor shall provide qualified OB/GYN physician services in accordance with the attached Performance Work Statement (PWS). All services shall be performed in compliance with applicable federal, state, tribal, and local laws and regulations, as well as applicable professional licensing, credentialing, and accreditation standards.

5.0 CONTRACT TYPE

The Government anticipates awarding a Firm-Fixed-Price (FFP) purchase order.

6.0 PERIOD OF PERFORMANCE

Base Period: One (1) year. Option Periods: Four (4) one-year option periods.

7.0 PLACE OF PERFORMANCE

Cheyenne River Service Unit Cheyenne River Health Center (CRHC) - Inpatient Department 24276 166th St Airport Road Eagle Butte, South Dakota 57625.

8.0 PAYMENT / INVOICE SUBMISSION

In accordance with OMB Memorandum M-15-19, HHS requires the use of electronic invoicing. Contractors shall submit invoices through the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests.

The IPP is a secure web-based system administered by the U.S. Department of the Treasury’s Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis.

Website: https://www.ipp.gov Help Desk: (866) 973-3131 (M–F, 8:00 AM–6:00 PM ET) Email: IPPCustomerSupport@fiscal.treasury.gov

Contractors are encouraged to ensure their IPP registration and account information is current and accurate.

9.0 CAPABILITY STATEMENT SUBMISSION REQUIREMENTS

Interested parties are requested to submit capability statements demonstrating their ability to perform the requirement. Responses shall include the following:

General Capability Assessment A brief description of the respondent’s understanding of the requirement, including perceived challenges, feasibility, and any innovative approaches or recommendations. Relevant Experience and Performance History Detailed information demonstrating: Current capability and capacity to perform similar work Prior experience performing comparable healthcare staffing services (scope/size similar to this requirement) Organizational experience and management approach Examples of relevant federal, state, tribal, or commercial contracts Technical Capability Evidence demonstrating the ability to meet all requirements described in the draft PWS. Business Information Include: Unique Entity Identifier (UEI) Organization name and address Point of contact (name, phone, email) Business size and socioeconomic status (e.g., Small Business, 8(a), HUBZone, SDVOSB, etc.) NAICS code(s) applicability (561320 or alternative) Indian Economic Enterprise (IEE) status (if applicable) Contract Vehicles (if applicable) Any applicable GSA Schedule or other procurement vehicles. Additional Information Any other information that may assist the Government in refining the requirement or acquisition strategy.

10.0 SUBMISSION INSTRUCTIONS

Capability statements shall not exceed 10 single-sided pages, including all attachments (resumes, charts, etc.). Format: 12-point font minimum, Microsoft Word or PDF Page size: 8.5 x 11 inches Margins: 1-inch (all sides) Proprietary information shall be clearly marked as such.

All responses will be treated as confidential and used solely for market research purposes.

11.0 CLOSING STATEMENT / DISCLAIMER

This Sources Sought Notice is for informational and planning purposes only. It does not constitute a solicitation or commitment by the Government. The Government will not reimburse respondents for any costs associated with preparing or submitting a response.

The Government reserves the right to use any information submitted in response to this notice for acquisition planning and development purposes. Respondents are advised that submission of information does not guarantee receipt of future solicitations or awards.

The Government is under no obligation to provide feedback or acknowledgment of submissions.

Following review of responses, the Government may issue a Request for Quotation (RFQ) or other formal solicitation on SAM.gov. However, responses to this notice will not be considered offers for award.

12.0 POINT OF CONTACT

David Jones Contract Specialist Email: David.Jones@ihs.gov

Subject Line for Submission: “Sources Sought Notice IHS1526332”

13.0 DUE DATE

All responses must be received no later than: May 20, 2026, at 12:00 p.m. Central Daylight Time (CDT)

View original listing