Sources Sought: Firm-Fixed-Price, Non-personal service type contract for solid waste collection for the Ft. Thompson Indian Health Service (IHS), Ft. Thompson, South Dakota. The period of performance will be for one year from the Date of Award with four (4), one (1) year option periods.
Sources Sought Notice Number: IHS1508670
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Economic Enterprises (IEE). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 562111 (Solid Waste Collection), but other relevant NAICS codes will be considered based on responses received.
1. BACKGROUND
Fort Thompson IHS plans to identify potential sources to provide solid waste collection for their facility as listed in the statement of work (SOW).
2. OBJECTIVE
The Fort Thompson Indian Health Center consists of the Clinic, Annex Building, Wellness Center and thirteen Quarters Units. These locations together require removal of solid waste and from one waste receptacle at the Clinic, one waste receptacle for the Annex Building and Wellness Building, and one receptacle for each of the Quarters Units twice weekly. The waste generated consists of typical office and residential disposable items. The disposal of infectious medical waste is not part of this contract. Recycling is currently not practiced.
3. SCOPE
Contractor to provide solid waste collection services.
4. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS
The contractor is required to follow all federal, state and local requirements pertaining to solid waste collection.
5. TYPE OF ORDER
This is a sources sought notice for a firm-fixed-price type contract.
6. ANTICIPATED PERIOD OF PERFORMANCE
Period of performance to be a base year with four (4), one (1) year options.
7. PLACE OF PERFORMANCE
Fort Thompson IHS Health Center
1323 BIA Route 4 (PO Box 200)
Fort Thompson, South Dakota 57339
8. Tour of Duty:
Twice weekly collection at locations described in SOW.
9. PAYMENT
INVOICE SUBMISSION AND PAYMENT
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 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.
10. Capability Statement/Information:
Interested parties are expected to review this notice to familiarize themselves with the requirements of this project. Failure to do so will be at your firm’s own risk. The following information shall be included in the capability statement:
-
- Company name, address, email address, website address, telephone number, and business size (i.e., small business, 8(a), woman owned, veteran owned, etc.) and type of ownership for the organization.
- Company Point of Contact’s Name, telephone number, and e-mail address. Company POC shall have the authority and knowledge to clarify responses.
- System for Award Management (SAM) Unique Entity Identifier (UEI) number, expiration, and registration status. All respondents must register on the SAM located at http://www.sam.gov .
- Applicable company GSA Schedule number or other available procurement vehicle.
- Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed in the Performance Work Statement, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
- Experience: Provide a list of 3-5 private industry or Government contracts for the same services that you have performed within the last 3 years. For each contract, include the company’s Point of Contact’s name, email address, telephone number, dollar value of contract, and description of the services provided on the contract. The Government may contact these entities to conduct past performance checks. Reference letters accepted.
- Staffing Levels: Provide evidence your company has adequate levels of qualified healthcare provider staff to meet the Qualifications and Requirements listed in the Performance Work Statement (PWS).
- Staffing Capability: Provide the last time you successfully placed a provider in a contract position. Provide detailed information such as name, email address, telephone number, dollar value of contract, and description of the services provided on the contract.
- Technical Capability: Provide a response to how the company will respond to staff shortages / absenteeism / replacement in providing services.
- If American Indian/Native American owned small business, then complete attached IEE Representation form.
11. Closing Statement
Point of Contact: Mona Weinman, Contract Specialist, Email: mona.weinman@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to mona.weinman@ihs.gov, Contract Specialist. Must include Sources Sought Number IHS1508670 in the Subject line. The due date for receipt of statements is October 6, 2025, 12:00 p.m. CT.
All responses must be received by the specified due date and time to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.
IHS does not intend to award a contract based on responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise because of a response to this notice or IHS’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. Original Equipment Manufacturers (OEMs) warranty: 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 (OEMs) 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.