Loading...
75H70626Q00024
Response Deadline
May 27, 2026, 5:00 PM(CDT)22 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. 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 (FFP), Commercial Item purchase order in response to Request for Quotation (RFQ) No. 75H70626Q00024.
C. This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01, effective March 13, 2026.
D. This RFQ is issued as an unrestricted procurement under full and open competition. The associated NAICS code is 311991 – Perishable Prepared Food Manufacturing, with a small business size standard of 700 employees.
E. Quoted pricing shall be all-inclusive and shall include, but not be limited to, all costs associated with manufacturing and delivery, including materials, labor, packaging, transportation, and all applicable federal, state, and local taxes. Offerors are encouraged to submit their most competitive and fair and reasonable pricing.
F. Offerors shall complete the pricing schedule in accordance with the attached Statement of Work:
1. Base Only (one (1) year) - Perishable Prepared Food Manufacturing & Delivery:
Grand Total (Estimated Quantities) $: ______________________
G. The purpose of this requirement is to provide the manufacture and incidental delivery of perishable prepared food items for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital.
H. Delivery shall be made to:
10 Standing Rock Avenue, Fort Yates, North Dakota 58538
The Period of Performance is one (1) year from date of award.
I. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023).
Quotes shall be submitted on company letterhead stationery, signed and dated, and they shall include the following:
1. Solicitation number 75H70626Q00024.
2. Closing Date: May 27, 2026, at 12:00 pm CDT.
3. Name, address, and telephone number of company and email address of contact person.
4. Provide a technical description of the item in sufficient detail to evaluate compliance with the solicitation requirements. This may include product literature or other relevant documents, as needed.
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 from SAM.gov.
9. Acknowledgment of Solicitation Amendments (if any issued)
10. Past performance information includes 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 of 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 FOR AWARD: 52.212-2 Evaluation—Commercial Products and Commercial Services.
This award selection will be conducted using Lowest Price Technically Acceptable (LPTA) procedures. To be eligible for an award, a proposal must meet all technical requirements, comply with all required terms and conditions and include all required information. All non-price evaluation factors must be rated as "ACCEPTABLE" in order to be eligible for award. An "UNACCEPTABLE" rating in any factor will result in the proposal being rated "UNACCEPTABLE" unless corrected through discussions. A proposal rating of "UNACCEPTABLE" makes a proposal ineligible for award. Since the LPTA methodology prohibits trade-offs, all evaluation factors and sub-factors are equally important. Proposals are evaluated for acceptability but not ranked based on non-price factors.
A price evaluation will be performed for all offerors, and proposals will be ranked from lowest to highest price based on the Total Proposed Price (TPP) provided by the offeror on the price schedule sheet. Next, each factor will be evaluated and, subsequently, the overall proposal will be prepared, beginning with the lowest-priced proposal. The award will be made to the lowest-priced proposal that meets the acceptability standards for the nonprice factors. The Government intends to award a contract without discussions with Offerors; therefore, the initial proposal shall conform to the solicitation requirements and shall present the best offer from a technical and price perspective.
Technical Factor 1 – Past Performance
(a) Solicitation Submittal Requirements:
Offerors do not need to provide any information under this factor as the US Government will base the evaluation on all INTERIM and FINAL Contractor Performance Assessment Reports (CPARs) that are recent and relevant. The CPARs will be retrieved from official US Government sources, including, but not limited to, the Contractor Performance Assessment Reporting System and the Past Performance Information Retrieval System.
(b) Basis of Evaluation:
Recency:
For the purposes of this solicitation, a past performance record is recent if the CPAR final date of assessment listed in the “Period of Performance Being Assessed” block is within the 24-month period preceding the proposal due date.
Relevancy:
For the purposes of this solicitation, a past performance record is relevant if it demonstrates experience in food manufacturing, food supply, or delivery of perishable goods, or similar commercial supply efforts.
In order to receive an "acceptable" rating for this factor, an Offer's recent and relevant CPARs must NOT include one or more INTERIM and/or FINAL CPARs with a rating of "UNSATISFACTORY" in one or more categories OR one or more INTERIM and/or FINAL CPARs with a rating of "MARGINAL" in two or more categories. If an Offeror has one or more CPARs with a rating of "UNSATISFACTORY" in one or more categories OR one or more CPARs with a rating of "MARGINAL" in two or more categories, the Offeror's past performance will be evaluated as "UNACCEPTABLE".
In the case of an Offeror without a record of recent and relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable.” An “UNACCEPTABLE” rating for a single factor will result in the Offeror’s entire proposal being rated “UNACCEPTABLE”.
Technical Factor 2 – Problem and Approach
(a) Solicitation Submittal Requirements:
The Offeror shall provide a description of its approach to manufacturing and delivering perishable prepared food items, including:
Proposals that merely restate the requirements without providing sufficient detail will not be considered acceptable.
(b) Basis of Evaluation:
This factor will be evaluated as ACCEPTABLE if the Offeror demonstrates the capability to meet the requirements for product quality, food safety, and delivery. Failure to address one or more elements will result in an UNACCEPTABLE rating.
Technical Factor 3 – Management and Capability
(a) Solicitation Submittal Requirements:
The Offeror shall describe its organizational capability to perform this requirement, including:
(b) Basis of Evaluation:
This factor will be rated ACCEPTABLE if the Offeror demonstrates adequate capability to successfully perform the requirement. Failure to demonstrate capability in one or more areas will result in an UNACCEPTABLE rating.
Factor 4 – Price
(a) Solicitation Submittal Requirements:
Completed Price Schedule Sheet
(b) Basis of Evaluation:
The Government will evaluate price based on the proposed total price calculated as the proposed total price for CLIN 0001 (Base Year), including all costs, subcontractor costs, overhead, and profit. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price:
(i) Comparison of proposed prices received in response to the RFQ.
(ii) Comparison of proposed prices with the IGE.
(iii) Comparison of proposed prices with available historical information.
Note: A price that is found to be either unreasonably high or unrealistically low in relation to the proposed work may be indicative of an inherent lack of understanding of the solicitation requirements and may result in the overall proposal being considered unacceptable.
INTENT TO AWARD WITHOUT DISCUSSIONS
The Government intends to evaluate proposals and award a contract without discussion with Offerors. Therefore, the Offeror's initial proposal should contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In the event discussions are held; a competitive range determination will be made. If the Contracting Officer determines the number of proposals that would otherwise be in the competitive range and exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit efficient competition among the most highly rated proposals. However, The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
• Provide all items listed in the Specifications Listings
• Demonstrate ability to meet the delivery schedule
• Complete the Specifications Price Lists in full
J. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) - See attachment; Clauses Incorporated by Reference.
K. The Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulation (HHSAR) applicable clauses, including those below, are attached.
L. Offers will be accepted electronically; submit via email to the following:
Great Plains Area Indian Health Service
Attn: David Jones, Contract Specialist
115 4th Ave. SE, Aberdeen, SD 57401
Email: david.jones@ihs.gov.
Questions regarding this solicitation must be submitted in writing by email no later than May 16, 2026, 12:00 p.m. CDT.
Contractors will need a UEI number & TIN and must register with the System for Award Management at www.sam.gov.
Acceptance Period: Your proposal must be predicated upon all the terms and conditions of this RFQ and be firm until September 30, 2026.
The quotation must set forth full, accurate, and complete information as required by the Request for Quotation (RFQ) and be returned by the date referenced. All the necessary information must be submitted 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 contract.
Invoice Processing Platform (IPP)
The Indian Health Service (IHS) has implemented 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 payments 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 ensure that your organization’s 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 get in touch with the IPP Helpdesk at (866) 973-3131 (M-F 8 AM to 6 PM 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".
DEPARTMENT OF HEALTH AND HUMAN SERVICES
INDIAN HEALTH SERVICE
GREAT PLAINS AREA INDIAN HEALTH SVC
GREAT PLAINS AREA INDIAN HEALTH SVC
DIVISION OF ACQUISITION MANAGEMENT
FEDERAL BLDG 115 4TH AVE SE RM 309
ABERDEEN, SD, 57401
NAICS
Perishable Prepared Food Manufacturing
PSC
SPECIAL DIETARY FOODS AND FOOD SPECIALTY PREPARATIONS
Set-Aside
No Set aside used