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 for Oxygen, Medical Gas and Cylinder Rentals in response to Request for Quote (RFQ) 75H70625Q00166.
C.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 on 07/31/2025.
D.
This RFQ is issued as Small Business Set-Aside, and the associated NAICS Code is #325120, which has a small business standard size $20.5. Quoter is required to fill out the attached INDIAN FIRM REPRESENTATION FORM.
E.
The quoted unit pricing must be all inclusive (including, 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.
F.
G.
Firm Fixed Price, Commercial Item, Purchase Order to be provided Oxygen, Medical Gas and Cylinder Rentals for the Wagner IHS Healthcare Center, 111 Washington Ave NW, Wagner, SD 57380. See Statement of Work (SOW) attached. The period of performance will be 09/01/2025 to 08/31/2026.
H.
I.
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: 75H70625Q00166
2.
Closing Date: August 08, 2025 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.
J.
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 an 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 offerors 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 Statement of Work (SOW) which are consistent in the scope and complexity with Outpatient Registered Nurse Services.
2.
Price: The Pricing Schedule must be completed for all the line items and will be evaluated as to completeness and reasonableness. The offeror with the lowest technically acceptable prices represents the best value to the Government.
3.
Past Performance: The offeror’s performance on contracts completed during the past three (3) years and all contracts are currently in progress for Outpatient Registered Nurse Services. The offeror’s technical proposal shall include a listing of previous Outpatient Registered Nurse Services awarded to the offeror for services provided to rural locations.
K.
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.
L.
FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023). Applied to this acquisition and it’s by reference.
M.
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Products and Commercial Services (JAN 2025). See attachment for full text.
N.
FAR 52.214-16 Minimum Bid Acceptance Period (April 1984). See attachment for full text.
O.
Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable, including below.
P.
SECURITY CLEARANCE
A security pre-clearance must be provided for any employees referred to IHS through this contract.
Fingerprints must be completed and adjudicated prior to services being performed under this contract.
No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the acquisition official if there is a change in provider.
Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems, each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five (5) business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty (30) business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer.
In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. As soon as practicable prior to the start of work, the performance of the work the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work.
The Contractor is responsible for conducting security pre-clearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance should be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access, or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount.
The Government will pay the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officers discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s).
Employees that DO NOT have access to LMS, contractors, volunteers, or IHS employees with IPA's or MOAs to tribal organizations please, click here IHS Sexual Abuse Prevention website. When the contractors have completed and passed the training, please have them send a copy of
the last page of the training with Name, Date, and Time to their Supervisor, COR, and Kimmen LeBeau, e-mail: Kimmen.LeBeau@ihs.gov.
"Contract Personnel will arrive on a Business Day ONLY to complete all Orientation and Background procedures. The Clinical Director or Designee will ensure all Orientation and Background procedures have been completed and an email will be sent to the Contracting department to state as such. The Contract Personnel will NOT see patients until Background/Fingerprints have been cleared."
"The standards of medical practice and duties of the Contractor through its Contract Personnel shall be determined pursuant to the bylaws of the Service Unit. The regulations of the hospital, applicable provisions of law, other rules and regulations of any and all governmental authorities relating to licensure and regulation of Contract Personnel and hospitals must be followed. Also, the standards and recommendations of Centers for Medicare and Medicaid Services (CMS) or the Accreditation organization must be adhered to. The Contract Personnel shall be required to participate in a quality improvement program, which is consistent with current requirements for ongoing monitoring and evaluation of the quality and appropriateness of care."
Q.
Offers will be accepted electronically, Submit via e-mail to the following:
Wagner IHS Healthcare Center
Indian Health Service – Yankton Service Unit
Attn: John Archambeau, Purchasing Agent
111 Washington Ave NW
Wagner, SD 57380
Email: john.archambeau@ihs.gov
Any questions, please submit by email to: john.archambeau@ihs.gov; before August 08, 2025 by 12:00 pm CST. Contractors will need a Unique Entity ID (UEI) number, TIN number, and be registered with www.sam.gov.
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.
ATTACHMENTS:
1.2. SF18 Request for Quotes
2. Statement of Work
4. Provisions and Clauses
5. Indian Firm Representative Form