Opportunity
SAM #75H71326Q00035
IHS Solicits 24/7 Nurse Advice Line Services for Western Oregon Service Unit
Buyer
Portland Area Indian Health Service (IHS)
Posted
May 07, 2026
Respond By
May 23, 2026
Identifier
75H71326Q00035
NAICS
621399, 621610
The Indian Health Service (IHS), Portland Area Office, is seeking a contractor to provide 24/7 Nurse Advice Line Services for the Western Oregon Service Unit, supporting the Chemawa Indian Health Center in Salem, Oregon. - Government Buyer: - Department of Health and Human Services, Indian Health Service, Portland Area Office, Western Oregon Service Unit - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - 24/7 Nurse Advice Line Services - Staffed by U.S. state-licensed Registered Nurses - Dedicated, toll-free access for American Indian and Alaska Native beneficiaries - Evidence-based triage protocols for medical, dental, and behavioral health calls - HIPAA-compliant documentation and monthly reporting - Culturally sensitive communication and support - Estimated call volume: 30-40 calls per month - Service must operate on Pacific Time and provide contingency operations - Deliverables include implementation plans, licensure certification, encounter documentation, and incident reports - Unique or Notable Requirements: - Set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act - Services must be culturally sensitive and tailored to American Indian and Alaska Native populations - All nurses must be U.S. state-licensed and services must comply with HIPAA privacy and security standards - Period of Performance: - One 12-month base period with four 12-month option periods - Place of Performance: - Services support Chemawa Indian Health Center, Salem, Oregon; contracting office is IHS Portland Area Office - No products are being procured; this is a services-only requirement
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
Solicitation No. 75H71326Q00035 has been issued as a Request for Quotation (RFQ) for a firm-fixed-price commercial services purchase order for 24/7 Nurse Advice Line Services for the Indian Health Service, Portland Area Office, Western Oregon Service Unit, Salem, Oregon.
The scope of work includes dedicated toll-free nurse advice line services available 24 hours per day, 7 days per week. The estimated call volume is 30 to 40 calls per month. This estimate is for planning and pricing purposes only and is not a guarantee of actual call volume.
The anticipated period of performance includes one 12-month base period and four 12-month option periods. The base period is June 1, 2026 through May 31, 2027. The option periods, if exercised, will run June 1 through May 31 of each subsequent year through May 31, 2031.
The place of performance is contractor-controlled location(s). Services shall support the Western Oregon Service Unit, Chemawa Indian Health Center, 3750 Chemawa Road NE, Salem, Oregon 97305. Government acceptance will occur at the Western Oregon Service Unit.
SOLICITATION INFORMATION
Solicitation Number: 75H71326Q00035
Request Type: Request for Quotation
Contract Type: Firm Fixed Price Commercial Services
Set-Aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside under the Buy Indian Act
NAICS Code: 621399 - Offices of All Other Miscellaneous Health Practitioners
Small Business Size Standard: $10.0 million average annual receipts
Product Service Code: Q401 - Medical - Nursing
Issue Date: May 7, 2026
Quotation Due Date: May 22, 2026 at 5:00 PM Pacific Time
Submit Quotations To: jacob.blalock@ihs.gov and pao.doa@ihs.gov
Email Subject Line: 75H71326Q00035 - WOSU Nurse Advice Line Quote
This requirement is set aside for Indian Small Business Economic Enterprises. Under the Buy Indian Act, offers are solicited only from Indian Economic Enterprises that are also small business concerns under the applicable NAICS code. Offers received from enterprises that are not both Indian Economic Enterprises and small business concerns will not be considered and will be rejected.
Offerors shall submit a completed IHS Indian Economic Enterprise Representation Form with the quotation. The offeror shall remain eligible as an Indian Economic Enterprise at the time of quotation, at the time of award, and throughout contract performance. If an offeror proposes to use subcontractors or teaming partners, the quotation shall clearly identify the proposed subcontracting or teaming arrangement and show how the prime offeror will comply with applicable Buy Indian Act subcontracting limitations.
ATTACHMENTS
Attachment 1 - Schedule of Items Attachment 2 - Performance Work Statement Attachment 3 - IHS IEE Representation Form Attachment 4 - Wage Determination 2015-5573 Rev. 28
APPLICABLE PROVISIONS AND CLAUSES
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 dated March 13, 2026.
FAR 52.212-1 Instructions to Offerors—Commercial applies to this acquisition. FAR 52.212-2 Evaluation—Commercial Items applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions—Commercial Items applies.
Full text available at http://www.acquisition.gov
FAR 52.204-7, System for Award Management - Registration (NOV 2025). FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (NOV 2025). FAR 52.212-2, Evaluation - Commercial Products and Commercial Services (NOV 2025). FAR 52.217-5, Evaluation of Options (NOV 2025). FAR 52.240-90, Security Prohibitions and Exclusions Representations and Certifications (NOV 2025). FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023). FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (JAN 2017). FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017). FAR 52.204-13, System for Award Management - Maintenance (NOV 2025). FAR 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014). FAR 52.212-4, Terms and Conditions - Commercial Products and Commercial Services (NOV 2025). FAR 52.217-8, Option to Extend Services (NOV 1999). FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000). FAR 52.219-14, Limitations on Subcontracting (NOV 2025). FAR 52.222-3, Convict Labor (NOV 2025). FAR 52.222-35, Equal Opportunity for Veterans (NOV 2025). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (NOV 2025). FAR 52.222-37, Employment Reports on Veterans (NOV 2025). FAR 52.222-41, Service Contract Labor Standards (NOV 2025). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014). FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (NOV 2025). FAR 52.222-50, Combating Trafficking in Persons (NOV 2025). FAR 52.222-54, Employment Eligibility Verification (NOV 2025). FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (NOV 2025). FAR 52.224-1, Privacy Act Notification (APR 1984). FAR 52.224-2, Privacy Act (APR 1984). FAR 52.224-3, Privacy Training (JAN 2017). FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023). FAR 52.233-3, Protest After Award (NOV 2025). FAR 52.233-4, Applicable Law for Breach of Contract Claim (NOV 2025). FAR 52.237-3, Continuity of Services (JAN 1991). FAR 52.237-7, Indemnification and Medical Liability Insurance (NOV 2025). FAR 52.240-91, Security Prohibitions and Exclusions (NOV 2025). FAR 52.240-93, Basic Safeguarding of Covered Contractor Information Systems (NOV 2025). FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services (NOV 2025).
DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES:
HHSAR 352.224-70, Privacy Act (DEC 2015). HHSAR 352.226-1, Indian Preference (DEC 2015). HHSAR 352.226-2, Indian Preference Program (DEC 2015). HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise Set-Aside (JAN 2022). HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations (JAN 2022). HHSAR 352.226-7, Indian Economic Enterprise Representation (JAN 2022). HHSAR 352.232-71, Electronic Submission of Payment Requests (FEB 2022). HHSAR 352.237-70, Pro-Children Act (DEC 2015). HHSAR 352.237-71, Crime Control Act of 1990 - Reporting of Child Abuse (DEC 2015). HHSAR 352.237-72, Crime Control Act of 1990 - Requirement for Background Checks (DEC 2015). HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (DEC 2015). HHSAR 352.239-74, Electronic and Information Technology Accessibility (DEC 2015).
INSTRUCTIONS TO RESPONDENTS AND EVALUATION CRITERIA
Submission of Quotes
Quotations shall be submitted electronically to jacob.blalock@ihs.gov and pao.doa@ihs.gov no later than May 22, 2026 at 5:00 PM Pacific Time. The email subject line should read: 75H71326Q00035 - WOSU Nurse Advice Line Quote.
The Government may consider a quotation received after the due date and time only if the Contracting Officer determines that doing so would not unduly delay the acquisition and would be in the Government interest. Offerors are responsible for ensuring timely receipt.
Quotes shall include:
Completed price quote (CLIN Schedule of Items) and shall include all labor, management, supervision, licenses, systems, telephony, reporting, materials, training, insurance, travel, per diem, overhead, profit, and other costs necessary to perform the requirement. Technical quotation addressing the Performance Work Statement and evaluation factors below Technical submission addressing demonstrated prior experience Completed IEE Form
Questions
Questions regarding this solicitation shall be submitted in writing via email to jacob.blalock@ihs.gov and pao.doa@ihs.gov no later than four (4) business days prior to the closing date. The subject line shall include the solicitation number 75H71326Q00035.
BASIS FOR AWARD
The Government intends to award a contract to the responsible Offeror whose quote represents the best value to the Government, considering price and non-price factors. The Government may award to other than the lowest-priced Offeror.
The Government reserves the right to:
Make no award Evaluate quotes without discussions Communicate with Respondents for clarification purposes only Exclude quotes that fail to follow solicitation instructions
EVALUATION FACTORS
The Government will award a purchase order to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government may make no award if no quotation is technically acceptable, if no offeror is responsible, or if pricing is not determined fair and reasonable.
The following factors will be used to evaluate quotations:
Factor 1 - Technical Capability and Staffing/Team Approach. The Government will evaluate the extent to which the quotation demonstrates the ability to provide uninterrupted 24/7/365 nurse advice line services; U.S. state-licensed RN staffing in good standing; evidence-based triage protocols; medical, dental, and behavioral health call support; HIPAA-compliant documentation and reporting; continuity of operations; culturally sensitive service to American Indian and Alaska Native beneficiaries; and, if applicable, an organized and enforceable prime/subcontractor or teaming arrangement. The Government may evaluate the technical capability of proposed major subcontractors or teaming partners, but the prime offeror remains responsible for all contract performance.
Factor 2 - Past Performance. The Government will evaluate the recency and relevance of the offeror and any proposed major subcontractor experience providing comparable nurse advice line, nurse triage, medical call center, healthcare documentation, privacy/security, and reporting services. The Government may consider references provided by the offeror and information available from other Government or commercial sources. An offeror without any history of Past Performance will receive a neutral rating for this factor.
Factor 3 - Price. The Government will evaluate the total evaluated price, including the base period and all option periods, for completeness, reasonableness, and balance. The Government may determine a quotation unacceptable if option prices are significantly unbalanced or if the price is not fair and reasonable.
Relative Importance: Factor 1 is more important than Factor 2. Factors 1 and 2, when combined, are more important than Factor 3, Price. Price will become more important as non-price quotations become more equal. The Government may award to other than the lowest-priced offeror.
Options: The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options does not obligate the Government to exercise the option(s).
AWARD INFORMATION
A single award is anticipated. Written notice of award or acceptance of a quotation furnished to the successful offeror within the time for acceptance specified in the quotation shall result in a binding contract without further action by either party. The Government reserves the right to award without exchanges, to communicate with offerors if needed, to reject any or all quotations, and to waive informalities and minor irregularities when in the Government interest.
End of Combined Synopsis-Solicitation.