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-22-167.
C. This solicitation document and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 2022-06/04/26/2022.
D. This RFQ is issued as 100% Indian Small Business Economic Enterprises (ISBEE) Set-Aside, and
the associated NAICS Code is 541620, 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 Bid Schedule for:
1. Environmental Site Assessment – Fort Totten, ND – total amount of all items requested $ _______.
2. Environmental Site Assessment – Mandaree, ND – total amount of all items requested $ _______.
F. To be provided for the Spirit Lake Health Center, 3883 74th Ave NE, Fort Totten, ND 58335. See
Statement of Work (SOW) attached. The period of performance will be Date of Award through 60
days.
To be provided for the Mandaree Field Clinic, 1st Ave SW, Mandaree, ND 58757. See Statement of
Work (SOW) attached. The period of performance will be Date of Award through 60 days.
G. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (May 2022).
Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:
1. Solicitation number RFQ-22-167.
2. Closing Date: August 30, 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.
H. 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.
The LPTA evaluation process will be accomplished as follows - Technical Acceptability will be
comprised of three subfactors: 1.) Meeting all areas under the SOW, 2.) Price and 3) Delivery.
1.) Shall provide the items stated in the Statement of Work (SOW).
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.
I. 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.
J. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov
2021) – See attachment; in by reference.
K. 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.
L. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services
Acquisition Regulation (HHSAR) clauses that are applicable including below.
M. 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 August 24, 2022 by 10:00 am CST.
Contractors will need a SAM EUI & 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 electronic parts 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
solicitation should include an explanation of this position for a determination by the contracting officer”.
52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors.
ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL ONTRACTORS (OCT
2021)
(DEVIATION) (a) Definition. As used in this clause - United States or its outlying areas means?
(1) The fifty States;
(2) The District of Columbia;
(3) The commonwealths of Puerto Rico and the Northern Mariana Islands;
(4) The territories of American Samoa, Guam, and the United States Virgin Islands; and
(5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman
Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll.
(b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols
for Federal Contractors, dated September 9, 2021 (published in the Federal Register on
September 14, 2021, 86 FR 50985). (c) Compliance. The Contractor shall comply with all guidance,
including guidance conveyed through Frequently Asked Questions, as amended during the performance of
this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce
Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contrac tors/.
(d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in
subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition
Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in
whole or in part within the United States or its
outlying areas.