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, Non-Personal Service Type, Commercial Item Purchase Order in response to Request for Quote (RFQ) RFQ-25-009.
C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, 06/11/2025.
D. This RFQ is issued as “100% Small Business.” The associated NAICS Code is 811210 (Electronic and Precision Equipment Repair and Maintenance), with a small business standard of $34.0.
E. The quoted unit pricing must be “all-inclusive” (to include but not be limited to travel, lodging, per diem, fringe benefits, and federal, state, and local taxes), plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates.
F. To provide Eaton UPS Repair Service for Equipment at the Rosebud IHS Hospital.
BRAND NAME ONLY
Serial Number New/Renewal Model Description Battery Type Qty Coverage Type
EB175CBA01 N 9390-100-160 VRLA Sealed 40 Flexible
Quantity 1, Eaton 9390-100-160, VRLA Sealed, 40
Flex: 8 Hr Rsp, 7x24 Cvg (FL87NXXX-0160)
• After Hours (7x24) w/ Parts & Labor
• 8 HR Response Time
• PredictPulse Remote Monitoring
• 30% Spare Part Kit and Time and Material Discount
• 1x PredictPulse Wireless (XXXXWEXX-0160)
• EOSL Status Active; Moving to Best Effort on Jan 1, 2035
Non-Contract Items
• 1x 9390 Service Life Extension Program, UPS Electronics Replacement, 160 KVA, 480V, 7x24 Labor (P-106000257)
• 1x INDGW-X2, Industrial Gateway Card (X-Slot), (744-07538)
• 1x Eaton Universal Accessories Power (UAP) 400-480V (P-103003412)
• 1x PredictPulse Modem Kit, (P-154000455)
• 1x EMPDT1H1C2, Environmental Monitoring Probe Generation 2 (744-A4026)
• 1x 9390 100-160 FAN Upgrade, During PM, 7x24 Labor (FP106000113)
• 1x 9390 100-160 400/480V I/O AC CAPACITOR Pan Assembly Upgrade, 7x24 Labor, During PM (103007589)
Supporting Documents: T-0, X-1, R-30, R-32, R-10, R-35, L-10, R-4N
Site Location Model Serial Number Quantity
Rosebud IHS 9390-100-160 EB175CBA01 1
Subtotal: 1
Grand Total Price: $:_________________________
G. To be provided for the Rosebud Service Unit (RSU), Rosebud IHS Hospital, Rosebud, South Dakota, 57570. Delivery Location: Rosebud IHS Hospital, 400 Soldier Creek Drive, Rosebud, South Dakota 57570. The period of performance will be ninety (90) days from the Date of Award.
H. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023).
Quotes shall be submitted on company letterhead stationery, signed and dated, and they shall include:
1. Solicitation number RFQ-25-009.
2. Closing Date: August 1, 2025, at 12:00 pm CT.
3. Name, address, and telephone number of the company and email address of the contact person.
4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the solicitation requirements. This may include product literature or other documents, if necessary.
5. Price and any discount.
6. “Remit to” address, if different than mailing address.
7. 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).
8. Acknowledgment of Solicitation Amendments (if any are issued).
9. 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).
10. A statement specifying the extent of agreement with all terms, conditions, and provisions of 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). The Government intends to select ONE contractor to award this effort. The proposals will be initially evaluated based on the lowest price. If the lowestpriced proposal submitted is found to be technically acceptable, no other proposals will be evaluated, and an award will be made to the lowest-priced, technically acceptable offeror. However, if the offeror's lowest-priced proposal is not found technically acceptable, the next offeror's lowest-priced proposal will be evaluated until the lowest-priced, technically acceptable proposal is found. The Government intends to evaluate offers and awards without discussion. The Government reserves the right to request clarifications from the lowest-priced offeror being evaluated, without approaching other offerors. The Government reserves the right to enter negotiations with the lowest‐priced offeror being evaluated without approaching other offerors.
• Shall provide the items in the Specifications Listings: Brand Name Only.
• Ability to meet the Delivery Schedule.
J. FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services (May 2024). See attachment for full text. The Offeror shall complete only paragraph (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 2023). Applied to this acquisition, and Incorporated by Reference.
L. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services (January 2025). See attachment for full text.
M. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) applicable clauses included below.
N. Offers will be accepted electronically; submit via email to the following:
Great Plains Area Indian Health Service
Attn: David Jones, Contract Specialist
115 4th Ave. SE
Aberdeen, SD 57401
Email: david.jones@ihs.gov
Questions regarding this solicitation must be submitted in writing via email by July 24, 2025, at 12:00 p.m. CT.
Contractors will need a UEI and TIN and be registered with the System for Award Management at www.sam.gov.
Acceptance Period: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. Additionally, it must include a statement to the effect that it remains firm until September 30, 2025.
The quotation must set forth full, accurate, and complete information as required by the Request for Quotation (RFQ) and be returned no later than the date referenced. All the necessary information must be submitted to be considered responsive and eligible for the award.
No contract award shall be made to any vendor or provider listed on the OIG Exclusion List during the contract period (http://exclusions.oig.hhs.gov). It shall be the contractor's responsibility to notify the acquisition official of any changes in the provider.
Invoice Processing Platform (IPP)
The Indian Health Service (IHS) has implemented 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 payments 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 to ensure that your organization’s 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 (Monday through Friday, 8:00 AM to 6:00 PM ET) or IPPCustomerSupport@fiscal.treasury.gov if you require assistance with registering or accessing your IPP account.
“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.”
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. 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 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 or third-party hosted services requiring 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."