Amendment One (1) - SOW has been amended.
Solicitation No.
75H70926BAO-007-RFQ
Project Title
CSU – MEDRAD Injector PM Services
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
75H70926BAO-007-RFQ is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06.
The Billings Area Indian Health Services (IHS) has a requirement for MEDRAD Injector Equipment Preventative Maintenance Services for the Crow Service Unit in Crow Agency, Montana. This procurement is conducted pursuant to the authority of Federal Acquisition Regulation (FAR) part 12, Commercial Products & Commercial Services.
Set-Aside 100% Small Business Set Aside
NAICS 811219 – Electronic and Precision Equipment Repair and Maintenance
SB Size Standard $34.0 million
The Government intends to award to a responsible party whose offer meets the solicitation requirements and provides “Best Value to the Government” based on price and other factors. Offerors must be registered and active in the System for Award Management (SAM) at the time of quotation submission. Award announcement will be made through electronic public notice, via SAM.gov.
Quotes must be received via email no later than November 21st , 2025 at 12:00 pm MST.
SECTION B – CONTINUATION
1. CONTRACT TYPE
The Billings Area Indian Health Services, anticipates awarding a single Firm Fixed Price award.
2. PERIOD OF PERFORMANCE
The initial Period of Performance is intended to start December 1, 2025 through November 30, 2026. Contract performance shall be for a base year and two (2) option years. Option years will be exercised pursuant to FAR 52.217-9, Option to Extend the Term of the Contract.
Year Option Period
Option Year 1 12/01/2026 – 11/30/2027
Option Year 2 12/01/2027 – 11/30/2028
3. POINTS OF CONTACT (POC)
Contract Specialist (CS)
Contracting Officer (CO)
Vincent Hansen
Email: Vincent.Hansen@ihs.gov
[TBA]
Email:
Contracting Officer’s Rep (COR)
Contractor
[TBA]
Email:
[TBD]
Email:
Solicitation No.
75H70926BAO-007-RFQ
Project Title
CSU – MEDRAD Injector PM Services
SECTION C – CONTRACT CLAUSES
1. FEDERAL ACQUISITION REGULATION (FAR) CLAUSES
52.252-2 Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov.
(End of clause)
CLAUSES INCORPORATED BY REFERENCE
CLAUSE
Title
Date
52.203-17
Contractor Employee Whistleblower Rights
Nov 2023
52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (except for personal services contracts)
Jan 2017
52.209-10
Prohibition on Contracting with Inverted Domestic Corporations
Nov 2015
52.212-4
Contract Terms and Conditions – Commercial Products and Commercial Services
Nov 2023
52.219-6
Notice of Total Small Business Set-Aside (include in solicitations and contracts for total small business set-asides)
Deviation Date
52.219-28
Postaward Small Business Program Representation (if over micro or if CO applied it per 19.00(b)(1)
Jan 2025
52.222-3
Convict Labor (solicitations and contracts over the micro (see exceptions in 22.202 (a), (b) and (c).
Jun 2003
52.222-19
Child Labor – Cooperation with Authorities and Remedies
Jan 2025
52.222-37
Employment Reports on Veterans
Jun 2020
52.222-41
Service Contract Labor Standards (over $2,500 if not exempt from Labor Standards statute)
Aug 2018
52.222-43
Fair Labor Standards Act and Service contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (for fixed-price service contract containing 52.222-41 for multiple year or contract with options
Aug 2018
52.222-51
Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (if CO determines that Labor Standards statute does not apply)
May 2014
52.222-53
Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (if solicitation contains 52.222-52 and CO determines Labor Standards statues does not apply to resulting contract.)
May 2014
52.222-55
Minimum Wages for Contractor Workers Under Executive Order 14026 (include if contract contains 52.222-6 or 52.222-41.)
Jan 2022
52.222-62
Paid Sick Leave Under Executive Order 13706 (incude if contract contains 52.222-6 or 52.222-41)
Jan 2022
52.225-3
Buy American -Free Trade Agreements-Israeli Trade Act ($50K, les than $174K, not IT, no exception in 25.401
Nov 2023
52.226-8
Encouraging Contractor Policies to Ban Text Messaging While Driving
May 2024
52.232-33
Payment by Electronic Funds Transfer-System for Award Management (except if payment is made by Third Party 52.232-36)
Oct 2018
Solicitation No.
75H70926BAO-007-RFQ
Project Title
CSU – MEDRAD Injector PM Services
52.232-36
Payment by Third Party (for contracts authorizing GPC payments)
May 2014
52.232-39
Unenforceability of Unauthorized Obligations
Jun 2013
52.232-40
Providing Accelerated Payments to Small Business Subcontractors
Mar 2023
52.233-3
Protest After Award
Aug 1996
52.233-4
Applicable Law for Breach of Contract Claim
Oct 2002
52.242-5
Payments to Small Business Subcontractors (include if contract contains 52.219-9)
Jan 2017
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day of contract expiring.
(End of Clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 20 days of the contract expiring; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years.
(End of Clause)
2. HHSAR CLAUSES
CLAUSES INCORPORATED BY REFERENCE
CLAUSE
Title
Date
352.203-70
Anti-Lobbying
DEC 2015
352.208-70
Printing and Duplication
DEC 2015
352.222-70
Contractor Cooperation in Equal Employment Opportunity Investigations
DEC 2015
352.223-70
Safety and Health
DEC 2015
352.227-70
Publications and Publicity
DEC 2015
352.239-74
Electronic and Information Technology Accessibility
DEC 2015
352.232-71 Electronic Submission of Invoice Payment Requests (FEB 2022)
(a) Definitions. As used in this clause -- Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), ‘Content of Invoices’ and the applicable Payment clause included in this contract.
(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site.
(c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures.
Solicitation No.
75H70926BAO-007-RFQ
Project Title
CSU – MEDRAD Injector PM Services
(d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request.
INVOICE SUBMISSION AND PAYMENT
Invoices shall be submitted through the Invoicing Processing Platform (IPP), a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service. The IPP website address is: https://www.ipp.gov. If you require assistance registering or require IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov.
(End of clause)
3. CONTRACTING OFFICER AUTHORITY:
Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer.
4. PERSONAL CONTACTS:
Personal contacts include patients, patient’s families, IHS employees, and representatives of other federal organizations and non-federal organizations, and tribal representatives.
5. MONITORING & QUALITY CONTROL:
The primary agent/official responsible for monitoring technical performance of this contract in a project office capacity and who will be verifying that all services have been received will be James Reed, Radiology Supervisor.
6. SPECIAL CONTRACT REQUIREMENTS:
Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences.
The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards.
SECTION D – DOCUMENTS, EXHIBITS AND ATTACHMENTS
Attachment Number
Title
Notes
1
Statement of Work (SOW)
2
Price Schedule
Offeror must include a completed price schedule with their quote.
SECTION E – SOLICITATION PROVISIONS
Solicitation No.
75H70926BAO-007-RFQ
Project Title
CSU – MEDRAD Injector PM Services
1. FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov.
(End of provision)
PROVISIONS INCORPORATED BY REFERENCE
PROVISION
Title
Date
52.203-18
Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (not for personal service contracts)
JAN 2017
52.204-7
System for Award Management—Registration
NOV 2025
52.204-90
Offeror Identification
NOV 2025
52.222-18
Certification Regarding Knowledge of Child Labor for Listed End Products (above $15k)
FEB 2001
52.222-48
Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (insert if 52.222-41 is used)
NOV 2025
52.222-52
Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (insert if 52.222-41 is used)
NOV 2025
52.240-90
Security Prohibitions and Exclusions Representations and Certifications
NOV 2025
FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (NOV 2025)
Instructions to Offerors—Commercial Products and Commercial Services (Deviation Date)
(a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include—
(1) The solicitation number;
(2) The name, address, telephone number of the Offeror;
(3) The Offeror’s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator;
(4) Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation;
(5) Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and
(6) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments.
(7) The contractor must be an Authorized Government Distributor/Service Provider of Bayer Healthcare Injectors and provide documentation to the authorization.
(b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(c) Late submissions, modifications, revisions, and withdrawals of offers.
Solicitation No.
75H70926BAO-007-RFQ
Project Title
CSU – MEDRAD Injector PM Services
(1) Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation.
(2) Any offer, modification, or revision received after the time specified for receipt of offers is “late” and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted.
(3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(4) Offerors may withdraw their offers by written notice to the Government received at any time before award.
(d) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received.
(e) Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed Offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror.
(3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection.
(4) A summary of the rationale for award.
(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror.
(6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities.
(End of provision)
52.212-2 Evaluation—Commercial Products and Commercial Services (NOV 2025)
(a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:
Evaluation factors other than price when combined are approximately equal to price.
(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s).
(c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s
Solicitation No.
75H70926BAO-007-RFQ
Project Title
CSU – MEDRAD Injector PM Services
specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
2. HHSAR PROVISIONS
PROVISIONS INCORPORATED BY REFERENCE
PROVISION
Title
Date
352.239-73
Electronic Information and Technology Accessibility Notice
DEC 2015