A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional
information included in this notice, FAR Part 12, Acquisition of Commercial Items (Title VIII of
the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355). This announcement
constitutes the only solicitation; quotes are being requested and a written solicitation will not
be issued.
B. The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price,
Commercial Item, Purchase Order in response to Request for Quote (RFQ) RFQ-22-061.
C. This solicitation document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 2022-05/03/07/2022.
D. This RFQ is issued as 100% Indian Small Business Economic Enterprises (ISBEE) Set-Aside, and
the associated NAICS Code is 334118, which has a small business standard of 1,250 employees.
E. The quoted 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 contract. Utilize your most competitive and reasonable rates.
Complete the attached Price Schedule for:
1. IT Equipment/supplies – total amount of all items requested $ .
F. To provide IT Equipment/supplies.
G. To be provided for the McLaughlin Health Center, 701 East 6ᵗʰ Street, McLaughlin SD 57642. See
Specifications attached and complete.The period of performance will be Date of Award through 60
days.
H. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Nov 2021).
Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:
1. Solicitation number RFQ-22-061.
2. Closing Date: April 7, 2022 at 12:00 pm CST.
3. Name, address and telephone number of company and email address of contact person.
4. 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.
5. Terms of any express warranty.
6. Price and any discount terms.
7. “Remit to” address, if different than mailing address.
8. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR
52.212-3(b) for those representations and certifications that the offeror shall complete
electronically).
9. Acknowledgment of Solicitation Amendments (if any issued)
10. Past performance information, when included as an evaluation factor, to include recent and
relevant contracts for the same or similar items and other references (including contract numbers,
points of contact with telephone numbers and other relevant information).
11. A statement specifying the extent of agreement with all terms, conditions, and provisions
included in the solicitation. Offerors that fail to furnish required representations or
information, or reject the terms and conditions of the solicitation may be excluded from
consideration.
I. Basis of award is Lowest Price, Technically Acceptable “LPTA” factors determining the
successful contractor. The Government will not use the formal source selection procedures described
in FAR part 15. The Government will evaluate quotations utilizing the procedures of FAR 13.106-2
Evaluation of quotations or offers. Offers will be evaluated for acceptability, but not ranked
using the non-price factors/sub-factors. All non-price factors and sub-factors will be rated as
either “acceptable” or “unacceptable”. The Government intends to evaluate and make award without
discussion with the offerors other than minor clarifications, unless discussions are determined to
be necessary. A decision on the technical acceptability of each offeror’s quotations will be made.
For those offeror’s which are determined to be technically acceptable, award will be made to that
vendor with the lowest overall prices.
- Technical Acceptability will be comprised of three
subfactors:1.) Meeting all areas under the “Specifications” (See Brand Name Justification); and,
2.) Price 3) Delivery.
1.) Shall provide the items stated in the Specifications (See Brand Name Justification). 2.)
Price: The Pricing Schedule must be completed for all line items and will be
evaluated as to completeness and reasonableness. The offeror with the lowest technically
acceptable prices represents the best value for the Government.
3.) Delivery: fulfill order in 60 days.
J. FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial
Services (Nov 2021). See attachment for full text. The Offeror shall complete only paragraphs (b)
of this provision if the Offeror has completed the annual representations and certification
electronically via the System for Award Management (SAM) website accessed through
http://www.acquisition.gov. If the Offeror has not completed the annual representations and
certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this
provision.
K. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov
2021) – See attachment; in by reference.
L. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial Products and Commercial Services(Jan 2022) - See attachment for full text.
M. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition
Regulation (HHSAR) clauses that are applicable including below.
N. Offers will be accepted electronically, Submit via e-mail to the following:
Great Plains Area Indian Health Service Attn: Jenna Lopez, Contract Specialist 115 4ᵗʰ Ave. SE,
Room 309
Aberdeen, SD 57401 Email: Jenna.Lopez@ihs.gov
Any questions, please submit by March 31, 2022 by 10:00 am CST.
Contractors will need a DUNS number, TIN number, and be registered with www.sam.gov.
The Contractor must provide only new equipment and new parts for the required products described
herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any
circumstances. Absolutely no “Gray Market Goods” or “Counterfeit Electronic Parts” shall be
provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally
sold outside of an authorized sales-territory or by non-authorized dealers in an authorized
territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEM’s)
warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction,
substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise
misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a
source with the express written authority of the original manufacturer or current design activity,
including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes
used electronicparts represented as new, or the false identification of grade, serial number, lot
number, date code, or performance characteristics.
The Office of Management and Budget (OMB) mandates that U.S. federal agencies use the Internet
Protocol version 6 (IPv6). In November 2020, OMB issued memorandum M-21-07 "Completing the
Transition to IPv6", which outlines the Federal government's strategic intent "to deliver its
information services, operate its networks, and access the services of others using only IPv6".
The IHS requires all new IT systems (hardware and software) to operate in a pure IPv6 network
environment. This includes on-premises services or third party hosted services that require
network integration into the IHS network. The Offeror's solution shall comply with the IPv6
standards profile as defined by the NIST USGv6 Program: https://www.nist.gov/programs-
projects/usgv6-program.
Invoice Processing Platform (IPP)
The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system 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 reregister‐
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
“Should the contractor feel that use of the IPP would be unduly burdensome, their response to this
itation should include an explanation of this position for a determination by the contracting
officer”.
See attached SF-30 Amendment One (1), Questions and Answers.