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-22-107.
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/accessories – total amount of all items requested $ .
F. To provide IT Equipment/accessories.
G. To be provided for the Yankton-Wagner Health Center, 111 Washington Ave NW, Wagner SD 57380. See Specifications
attached. 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-22-107.
2. Closing Date: June 13, 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.
The LPTA evaluation process will be accomplished as follows - 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 June 6, 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/programsprojects/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 reregisterhowever,
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”.