Skip to content
Department of Health and Human Services

IEE Sources Sought: Firm-Fixed-Price, Non-Personal Healthcare Services for Emergency Department Nursing Services – Standing Rock Service Unit, Fort Yates Hospital, Fort Yates, North Dakota.

Solicitation: IHS1522729
Notice ID: 935d84af50a44f56bc0b19030d1f65dd

Sources Sought from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: SD. Response deadline: Mar 27, 2026. Industry: NAICS 561320 • PSC Q999.

Market snapshot

Awarded-market signal for NAICS 561320 (last 12 months), benchmarked to sector 56.

12-month awarded value
$90,349,993
Sector total $1,445,132,945 • Share 6.3%
Live
Median
$38,505,285
P10–P90
$30,591,633$46,418,937
Volatility
Moderate41%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
6.3%
share
Momentum (last 3 vs prior 3 buckets)
+2692%($84,102,359)
Deal sizing
$38,505,285 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for SD
Live POP
Place of performance
Aberdeen, South Dakota • 57401 United States
State: SD
Contracting office
Aberdeen, SD • 57401 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
SD20260001 (Rev 0)
Match signal: state matchOpen WD
Published Jan 30, 2026South Dakota • Aurora, Beadle, Bennett +63
Rate
ELECTRICIAN
Base $35.43Fringe $8.69
Rate
IRONWORKER Group 1
Base $26.93Fringe $0.00
+15 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 15 more rate previews.
Davis-BaconBest fitstate match
SD20260001 (Rev 0)
Open WD
Published Jan 30, 2026South Dakota • Aurora, Beadle, Bennett +63
Rate
ELECTRICIAN
Base $35.43Fringe $8.69
Rate
IRONWORKER Group 1
Base $26.93Fringe $0.00
Rate
Group 2
Base $28.97Fringe $0.00
+14 more occupation rates in this WD
Davis-Baconstate match
SD20260010 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Charles Mix
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe & Mechanical System Insulation)
Base $55.34Fringe $34.03
Rate
BRICKLAYER
Base $38.16Fringe $5.59
Rate
ELEVATOR MECHANIC
Base $56.30Fringe $38.43
+13 more occupation rates in this WD
Davis-Baconstate match
SD20260026 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Lincoln
Rate
BRICKLAYER
Base $41.90Fringe $4.94
Rate
CARPENTER (Drywall Finishing/Taping, Drywall Hanging and Metal Stud Installation Only)
Base $36.34Fringe $17.15
Rate
ELEVATOR MECHANIC
Base $56.30Fringe $38.43
+13 more occupation rates in this WD
Davis-Baconstate match
SD20260018 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Todd
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe & Mechanical System Insulation)
Base $55.34Fringe $34.03
Rate
BRICKLAYER
Base $33.58Fringe $4.60
Rate
POWER EQUIPMENT OPERATOR (1) Tower Crane
Base $34.38Fringe $18.71
+12 more occupation rates in this WD

Point of Contact

Name
David Jones
Email
david.jones@ihs.gov
Phone
6052267328

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
INDIAN HEALTH SERVICE
Subagency
GREAT PLAINS AREA INDIAN HEALTH SVC
Office
Not available
Contracting Office Address
Aberdeen, SD
57401 USA

More in NAICS 561320

Description

Sources Sought: Firm-Fixed-Price, Non-Personal Healthcare Services for Emergency Department Nursing Services – Standing Rock Service Unit, Fort Yates Hospital, Fort Yates, North Dakota.

Sources Sought Notice Number: IHS1522729

This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, obligation, or commitment by the Indian Health Service. 

This notice is intended strictly for market research to determine the availability of Indian Economic Enterprises (IEE). 

Your responses to the requested information will help the Government determine the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 561320 (Temporary Help Services); however, other relevant NAICS codes will be considered based on the responses received.

1.0 BACKGROUND

This requirement is for a Firm-Fixed-Price, non-personal healthcare services contract for Emergency Department Nursing Services at the Standing Rock Service Unit (SRSU), Fort Yates Hospital (FYH), located in Fort Yates, North Dakota.

2.0 OBJECTIVE

The primary objective of this requirement is to obtain qualified Emergency Department nursing personnel to support clinical operations at Fort Yates Hospital and ensure continuous emergency medical services for patients served by the Standing Rock Service Unit.

3.0 SCOPE

See the attached Performance Work Statement.

4.0 CONTRACT REQUIREMENTS AND PERSONNEL QUALIFICATIONS

The Contractor shall comply with all applicable federal, state, and local laws, regulations, licensing requirements, and professional standards applicable to Temporary Help Services.
 
5.0 TYPE OF ORDER

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

6.0 ANTICIPATED PERIOD OF PERFORMANCE

Base Period: 14 months.
Option Periods: Four (4) additional 12-month option periods.

7.0 PLACE OF PERFORMANCE

Standing Rock Service Unit
Fort Yates Hospital
10 Standing Rock Avenue
Fort Yates, North Dakota 58538

8.0 PAYMENT

INVOICE SUBMISSION AND PAYMENT 

In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing, directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award resulting from this requirement will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests. 

IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury's Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is registered to use IPP, you do not need to re-register. However, we encourage you to ensure your organization and designated IPP user accounts are valid and up to date. The IPP website address is: https://www.ipp.gov. 

Please contact the IPP Helpdesk at (866) 973- 3131 (M-F 8 AM to 6 PM ET) or IPPCustomerSupport@fiscal.treasury.gov if you require assistance registering or IPP account access.

9.0 CAPABILITY STATEMENT/INFORMATION

Interested parties are expected to review this notice to familiarize themselves with the project's requirements. Failure to do so shall be at the respondent's own risk. The following information shall be included in the capability statement:   

1. A general overview of the respondents' opinions about the potential requirement's difficulty and/or feasibility, as well as any information regarding innovative ideas or concepts. 

2. Information in sufficient detail about the respondent’s (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information. 

3. To be considered capable of fulfilling this requirement, evidence of an offeror's ability to fully satisfy the requirements described above must be provided.

4. The respondents' Unique Entity Identifier (UEI) number, organization name, address, point of contact, and business size and type (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code 561320 (Temporary Help Services) or another applicable NAICS code.

5. Any other information that may help develop or finalize the requirements of the potential acquisition. 

6. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single space and using a 12-point font size minimum in either Microsoft Word or Adobe Portable Document Format (PDF), with 8 1/2 by 11-inch paper size and 1-inch top, bottom, left, and right margins. 

7. All proprietary information should be marked as such. Statements should also indicate current certified small business status; this indication should be marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by IHS personnel and will be held confidential.

8. Applicable company GSA Schedule number or other available procurement vehicle.

9. If applicable, indicate whether your organization qualifies as an Indian Economic Enterprise (IEE) under FAR Subpart 26.1 and the Buy Indian Act.

Closing Statement 

Point of Contact: David Jones, Contract Specialist at David.Jones@ihs.gov  

Submission Instructions: Interested parties should submit their capabilities via email to David Jones, Contract Specialist, at David.Jones@ihs.gov. The subject line of the email shall include “Sources Sought Notice IHS1522729.” The due date for receipt of statements is March 27, 2026, at 12:00 p.m. Central Daylight Time. 

All responses must be received by the specified due date and time to be considered. 

This notice is for information and planning purposes only and shall not be construed as a solicitation or obligation by IHS. 

IHS does not intend to award a contract based on responses or otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ). 

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise from a response to this notice or from IHS's use of such information as part of our evaluation process or in developing specifications for any subsequent requirement. 

Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or pay for the information provided in response to this notice. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is not obligated to acknowledge receipt of the information received or provide feedback to respondents concerning any information submitted.  After reviewing the responses received, a pre-solicitation synopsis and solicitation may be published on SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality. Respondents may include proprietary information; however, such information must be clearly marked. The Government will use this information only for market research purposes and will safeguard it to the extent permitted by law.
 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.