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. This announcement constitutes the only solicitation; proposals 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 healthcare service, commercial item, single award, purchase order for Pharmacist services at the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, South Dakota in response to Request for Quote (RFQ) 75H70625Q0073.
C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-02/2025-06-11.
D. This RFQ is set-aside unrestricted and open and the associated NAICS Code is 325413, 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 freight, federal, state and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates.
Xpert Swab Specimen Collection Kit: 20 @ $ ________ each, totaling $___________.
Xpert Urine Specimen Collection Kit: 20 @ $ ________ each, totaling $___________.
UTM-RT 3Ml – Minitip flocked swab: 24 @ $ ________ each, totaling $___________.
ESwab, LQ Amies, Flocked, Copan: 24 @ $ ________ each, totaling $___________.
Xpert CT/NG: 100 @ $ ________ each, totaling $___________.
Xpert Xpress CoV-2/FLU/RSV Plus Kit: 120 @ $ ________ each, totaling $___________.
Xpert Xpress Strep A: 120 @ $ ________ each, totaling $___________.
F. Supplies to be provided according to the attached specifications
G. The period of performance will be Date of Award through (60 days).
H. FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2023).
Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:
- Solicitation number 75H70625Q0073;
- Closing Date: July 30, 2025 at 1:00 pm CST;
- Name, address and telephone number of company and email address of contact person;
- 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;
- Price and any discount;
- “Remit to” address, if different than mailing address;
- 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);
- Acknowledgment of Solicitation Amendments (if any issued);
- 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);
- 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.
Attachments:
- Product Specifications
- Provisions and Clauses incorporated by reference and full text
I. Basis of Award is Lowest Price Technically Acceptable (LPTA). The Government intends to select ONE contractor for award. The proposals will be initially evaluated by lowest price and if the lowest priced proposal submitted is found to be technically acceptable, no other proposals will be evaluated, and 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 determined. The Government intends to evaluate offers and award without discussions.
The Government reserves the right to ask for 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.
- Contractor will work with the designated schedule.
- Ability to provide a contractor to be scheduled to work throughout the contract and/or ability to provide a competent replacement provider.
- Contractor provides all supporting credential documents as required in the Statement of Work.
J. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (May 2024) (DEVIATION FEB 2025). 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 Items (November 2023). Applied to this acquisition and it’s 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) (DEVIATION FEB 2025). See attachment for full text.
M. Attached are the additional Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable.
N. Offers will only be accepted electronically, submit via email to the following:
Woodrow Wilson Keeble Memorial Health Care Center
Indian Health Service - Sisseton Service Unit
Attn: Andrea Whipple, Purchasing Agent
100 Lake Traverse Drive
Sisseton, SD 57262
Email: andrea.whipple@ihs.gov
Questions in regards to this solicitation shall be submitted in writing by email no later than Friday, July 25, 2025, 1:00pm CST.
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 re-register- 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”.