Amendment One (1) - Responses to Questions in accordance to RFQ. See Attachment B - Q & A
2. The Northern Cheyenne Service Unit, Indian Health Service (IHS) intends to award a Firm-Fixed Price, Commercial Item, Purchase Order in response to Request for Quote (RFQ) 75H709-NC25Q-006. This is a RFQ only and in no way obligates the Government to award a Purchase Order or to reimburse offeror(s) for any costs incurred in preparing their quote.
3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04.
4. This RFQ is issued under full and open competition and the associated NAICS Code is 561710- Exterminating and Pest Control services, which has a small business size standard of $15 million.
5. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this purchase order. Utilize your most competitive and reasonable rates.
6. Pest Control service. See attached Attachment A - Statement of Work.
Line Item Description Amount
1. NCSU Annual Pest Control Service – Base Year
2. Option Year One (1) Service & Support
3. Option Year Two (2) Service & Support
4. Option Year Three (3) Service & Support
5. Option Year Four (4) Service & Support
7. Delivery: Northern Cheyenne Service Unit, 420 North Cheyenne Avenue, Lame Deer, MT 59043. The Period of Performance is:
Base Year: 08/01/2025 – 07/31/2026
Option Year One: 08/01/2026 – 07/31/2027
Option Year Two: 08/01/2027 – 07/31/2028
Option Year Three: 08/01/2028 – 07/31/2029
Option Year Four: 08/01/2029 – 07/31/2030
8. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023).
Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:
- Solicitation number 75H709-NC25Q-006.
- Closing Date: Monday July 28, 2025 at 1:00 pm MDT
- Name, address and telephone number of company and email address of contact person.
- Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary.
- Terms of any express warranty
- Price and any discount terms
- “Remit to” address, if different than mailing address.
- A completed copy of the representations and certifications at FAR 52.212-3
- Acknowledgment of Solicitation Amendments (if any issued)
- Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
9. Basis of Award:
- Lowest Price, Technically Acceptable (LPTA). LPTA factors in determining the successful contractor:
-Provide Services listed in the Statement of Work.
-Offerors are encouraged to propose for the entire effort specified herein Statement of Work
-Meet the Service Schedule
10. FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services (Mar 2024) See attachment for full text.
11. FAR 52.212-4 Contract Terms and Conditions-Commercial Commercial Products and Commercial Services (Nov 2023) Applied to this acquisition and it’s incorporated by reference.
12. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Commercial Products and Commercial Services (Jan 2025) See attachment for full text.
13. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable.
14. Submit quote to:
Northern Cheyenne Service Unit-Indian Health Service
Attn: Clarette Yellowrobe, Purchasing Agent
Email: Clarette.Yellowrobe@ihs.gov
Questions in regards to this solicitation shall be submitted by email. The last day to submit questions is Wednesday July 23, 2025 @ 1:00 pm MDT.
ACCEPTANCE PERIOD: Your quote must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
DETERMINATION OF WAGE REGULATIONS: This contract is subject to the Service Contract Act (SCA) Wage Determinations. These contracts must specify the minimum wages and fringe benefits to be paid to laborers employed under the contract.
The SCA wage rates are including in this solicitation. Wage Determination Number: 2015-5319, Revision No: 26, Date: July 08, 2025.
Quoters will need a UEI number, TIN number and be registered and have an active registration with the System for Award Management (SAM).
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 solicitation 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 already registered to use IPP, you will not be required to re-register- however, we encourage you make sure your organization and designated IPP user accounts are valid and up to date.
The IPP website address is: https://www.ipp.gov
If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov