Loading...
75H70626Q00045
Response Deadline
May 12, 2026, 5:00 PM(CDT)24 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
A. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.
The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Commercial Item, Purchase Order, in response to Request for Quote (RFQ) 75H70626Q00045. Award will be made on an “all-or-none” basis.
This acquisition is a set-aside for small business concerns, This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
B. The 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.
Complete the SF-1449. See Specifications in the Statement of Work. Lowest Price Technically Acceptable. This is a Brand Name/Equal buy. See the Specifications with salient physical, functional, or performance characteristics that an equal item must meet to be acceptable for award.
This acquisition is to provide TMDE Physiological Monitor Test Equipment for Pronk equipment. This is a 100% Small Business set-aside. The associated NAICS Code is 334515, which has a small business standard of 750 employees. The period of performance will be Date of Award through 90 days.
C. Equipment will be provided for the GPAIHS, Biomed Department, 420 S. Garfield, Ste. 600, Pierre, South Dakota 57501.
D. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable.
E. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Deviation November 2025).
Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:
1. Solicitation number RFQ 75H70626Q00045.
2. Closing Date: May 12, 2026 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, if applicable
6. Price and any discount terms, if applicabe
7. “Remit to” address, if different than mailing address.
8. Acknowledgment of Solicitation Amendments (if any issued)
9. Statement stating ability to meet qualifications and the requirements of the Statement of Work
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 information, or reject the terms and conditions of the solicitation may be excluded from consideration.
F. FAR 52.212-2 Evaluation - Commercial Products and Commercial Services (Deviation November 2025)
Basis of award is Lowest Price, Technically Acceptable “LPTA” offer. The Government will not use the formal source selection procedures described in FAR part 15. The Government will evaluate offers utilizing the procedures of FAR 12.203 Evaluation. 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 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 offeror’s which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price.
(a) The LPTA evaluation process will be accomplished as follows - Technical Acceptability will be comprised of three subfactors: 1.) Meeting all areas under the “Task/Deliverables”; 2.) Past Performance; and, 3.) Price.
1.) Each offeror’s technical quotations will be evaluated to determine if the offeror provides a sound, compliant approach that meets the requirements of the Scope of Work. In addition, Contractors shall provide the following in order to be considered technically acceptable:
- Contractor shall provide confirmation that they are an authorized distributor of Pronk technologies TMDE equipment designated for use by biomedical technicians if they are not the Original Equipment Manufacturer (OEM).
- Contractor shall arrange for shipping the equipment and supplies to the Great Plains Area Pierre Office.
- Contractor shall provide 4-year warranty; parts and labor to include certifications.
- Contractor shall deliver equipment calibrated according to OEM specifications.
2.) Past Performance: The offeror shall provide a list of contracts under which they have performed same or similar services to this RFQ requirement within the last three (3) years. The Government shall assess the offeror’s ability to perform the effort described in the Request for Quote (RFQ). The assessment process will result in an overall technical rating of Acceptable/Non Acceptable or Neutral/Unknown. Offerors with no relevant past or present performance history shall receive the rating “neutral or unknown”, meaning the rating is treated neither favorably nor unfavorably.
3.) Price: The Pricing Schedule must be completed for all line items and all option years and will be evaluated as to completeness and reasonableness.
(b) Options. N/A
(c) Notice of Award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
N. Offers will be accepted electronically, Submit via e-mail to the following:
Great Plains Area Indian Health Service
Attn: Wenda Wright, Contract Specialist
115 4th Ave. SE, Room 309
Aberdeen, SD 57401
Email: wenda.wright@ihs.gov
Questions in regards to this solicitation shall be submitted in writing by email no later than May 1, 2026, 12:00pm CST. Contractors will need a UEI number, TIN number, and be registered with www.sam.gov.
ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 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 referenced. 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
The Government reserves the right to accept or reject services, if the level of performance is unacceptable.
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
Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
PSC
MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
Set-Aside
Total Small Business Set-Aside (FAR 19.5)