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 Purchase
Order, Commercial Item, Purchase Order in response to Request for Quote (RFQ) 75H70625Q00225
C. This solicitation document and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 2025-04 on June 11, 2025.
D. This RFQ is Brand Name Only and unrestricted or open market, and the associated NAICS Code is #339112, Surgical and Medical Instrument Manufacturing Industry, which has a small business standard size 175 employees or
fewer.
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.
BRAND NAME ONLY
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 nonauthorized
dealers in an authorized territory. All equipment shall be accompanied by the
Original Equipment Manufacturers (OEMs) warranty. Counterfeit Electronic Parts are defined
as unlawful or unauthorized reproduction, substitution, or alteration that has been known.
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.
Complete the attached Request for Quote #75H70625Q00225. Complete RFQ is required to be
considered responsive.
F. To be provided for: The IHS Great Plains Area (GPA) Office of Environment Health & Engineering, Aberdeen, SD.
Location for Delivery:
- Woodrow Wilson Keeble Memorial Health Care Center, 100 Lake Traverse Drive Sisseton, SD 57262
- Standing Rock IHS Hospital, 10 Standing Rock Ave, Fort Yates, ND 58538
- McLaughlin Health Center, 701 E. 6th Street. Mc Laughlin, SD 57642.
- Lower Brule Health Center, 601 Gall St, Lower Brule, SD 57548
- Wagner Indian Health Center, 111 Washington Avenue N.W. Wagner, SD 57380
The period of performance will be Date of Award through twelve (12) months.
G. 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:
1. Solicitation number: 75H70625Q00225
2. Closing Date: September 11, 2025, at 11:00 am 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. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021)
Basis of Award is Lowest Price, Technically Acceptable “LPTA” factors determining the
successful contractor. The Government will not use the formal source selection process
described in FAR Part 15.
I. 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 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 2023). Applied to this acquisition and it’s by reference.
K. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive
Orders Commercial Products and Commercial Services (JAN 2025). See attachment for full text.
L. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition
Regulation (HHSAR) clauses that are applicable include below:
M. Offers will be accepted electronically. Submit via e-mail to the following:
Great Plains Area Indian Health Service Division of Acquisition Management
Attn: Ursula Maslonka, Contract Specialist
Email: Ursula.Maslonka@ihs.gov
Any questions, please submit by email to: Ursula.Maslonka@ihs.gov; before September 9, 2025, by
9:00 am CST.
Contractors will need a Unique Entity ID (UEI) 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.
Acceptance Period: Your proposal must be predicted upon all the terms and conditions of this
RFQ and be firm until September 30, 2025.
The quotation must be set forth full, accurate, and complete information as required by the
Request for Quote (RFQ) and be returned by the date referenced. All the necessary information
must be submitted to be considered responsive and eligible for award.
No contract award shall be made to any vendor listed on the OIG Exclusions List at
http://exclusions.org.hhs.gov throughout the contract.
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 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 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
Authority
1. No person other than the Contracting Officer has authority to bind the Government with respect to this contract.
2. No action or omission of any government employee or representative other than the Contracting Officer shall increase or decrease the scope of this contract or shall otherwise modify the terms and conditions of this contract.
3. In no event shall any of the following be effective or binding on the Government or imputed to the Contracting Officer with respect to this contract:
- An understanding or agreement between the Contractor and anyone other than the Contracting Officer;
- A purported modification or change order issued by anyone other than the Contracting Officer;
- A promise by anyone other than the Contracting Officer to provide additional funding or make payments; or