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 VI 11 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) Pine Ridge Service Unit intends to award a Firm-Fixed Price, Commercial Item, Purchase Order in response to Request for Quote (RFQ) 75H70625Q00218.
C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular
(FAC) 2025-03 01/03/2025.
D. This RFQ is issued as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, and the associated NAICS Code is 561320-Temporary Help Services, which has a size standard in number of $34.0 million.
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.
Provide up to:
1. Base Year- Six (6) Certified Nurse Practitioner (NP)/Physician Assistant-(PA-C) Services – 2280 hours x $ _________ = $____________
*see Performance Work Statement (PWS)
F. To provide NP/PA-C for the IHS Pine Ridge Hospital, 607 Indian Health Rd., Pine Ridge, South Dakota, 57770. The period of performance from date of award through six weeks plus 16 option periods (six weeks each).
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 75H70625Q00218.
2. Closing Date: September 24th, 2025 at 5:00 pm MST.
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 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.
Basis of award is Lowest Price Technically Acceptable "LPTA" factors in determining the successful contractor.
► Shall provide the services listed on the SF-18/Performance Work Statement (PWS);
► Ability to meet the Delivery Schedule;
► Reasonableness of Price;
► Responsiveness to requirement.
H. 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 in the System for Award Management (SAM) accessed through https://www.sam.gov. If
the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.
I. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023)- See attachment; in by reference.
J. 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.
K. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below.
L. Offers will be accepted electronically, Submit via e-mail to the following:
Mary.sarenana@ihs.gov
Any questions, please submit by Sept 23rd, 2025 by 4:00 pm MST.
Contractors must obtain a Unique Entity ID (UEI) number and Taxpayer Identifying number (TIN); and be registered with www.sam.gov.
must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
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 reference in Paragraph #G-2. All required information must be submitted in order 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 duration of the contract.
Contractor must be registered with the System for Award Management (SAM) at www.sam.gov
Invoice Processing Platform (IPP)
The Indian Health Services utilizes an electronic invoicing system. In compliance with the Office of Management and Budget (0MB) 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.