Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2026 SAM #8847
SOLICITATION NOTICE

66 -- Firm Fixed-Price Commercial Supply Item Purchase Order Same or Equal To Equipment: Piccolo Xpress Chemistry Analyzer for GPA OEHE Department: delivery: Wagner IHS Health Center, Wagner SD 57380

Notice Date
2/13/2026 10:05:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
75H70626Q00099
 
Response Due
2/27/2026 10:00:00 AM
 
Archive Date
03/14/2026
 
Point of Contact
Ursula Maslonka
 
E-Mail Address
ursula.maslonka@ihs.gov
(ursula.maslonka@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
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 Products and Commercial Services. 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 Supply Purchase Order, in response to Request for Quote (RFQ) 75H70626Q00099. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 on 10/01/2025. D. This RFQ is Same or Equal to Equipment and Indian Small Business Economic Enterprises (ISBEE) Set-Aside, with an associated NAICS Code is #334516, Analytical Laboratory Instruments Manufacturing. The SBA set the size standard with fewer than 1000 employees as a small business. 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. Same or Equal To Equipment: 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 nonauthorized 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 known. 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. Complete the attached Request for Quote #75H70626Q00099. Complete RFQ is required to be considered responsive. F. To be provided for: The IHS Great Plains Area (GPA) Office of Environment Health & Engineering, Aberdeen, SD. Location for Delivery: Wagner Indian Health Service Health Center; 111 Washington Ave NW; Wagner, SD 57380 The period of performance will be award of purchase orders with delivery in 30 days. 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: 75H70626Q00099 2. Closing Date: February 27, 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. 6. Price and any discount terms. 7. �Remit to� address, if different than mailing address. 8. Acknowledgment of Solicitation Amendments (if any issued) 9. 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). 10. 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. H. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021) Basis of Award is Lowest Price, Technically Acceptable �LPTA� factors determining the successful contractor. The award selection will be conducted using LPTA procedures. To be eligible for award, a proposal must meet all technical requirements, conform to all required terms and conditions, and include all information required. All non-price Evaluation factors must be rated as ""ACCEPTABLE"" to be eligible for award. An ""UNACCEPTABLE"" rating in any factor will result in the proposal being rated ""UNACCEPTABLE"". A proposal rating of ""UNACCEPTABLE"" makes a proposal ineligible for award. Since the LPTA methodology prohibits trade-offs, all evaluation factors are equally important. Proposals are evaluated for acceptability but are not ranked using the 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, an evaluation of each factor and, subsequently, the overall proposal will be carried out beginning with the lowest priced proposal. Award will be made to the lowest evaluated priced proposal meeting the acceptability standards for the non-price factors. The Government intends to award a contract without conducting discussions; therefore, the initial proposal shall conform to the solicitation requirements and should contain the best offer from a technical and price range. 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 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. The LPTA evaluation process will be accomplished as follows - Technical Acceptability will be comprised of four (4) factors: 1. Solicitation Response: Meeting Contractor Qualifications and Contractor requirements: under the Statement of Work and Specifications (SOW-Specs) which are consistent in scope and complexity with the equipment. a. Solicitation Submittal Requirements: Proposals, which merely offer a statement to conduct/provide equipment and services in accordance with the requirements in the Governments SOW, will not be eligible for award. The offeror must submit an explanation that meets the requirements identified under Contractor Qualifications and Contractor Requirements. b. Basis of Evaluation: This factor will be evaluated as �ACCEPTABLE� if explanation meets the requirements Contractor Qualifications and Contractor Requirements. If explanation do not comply with Contractor Qualifications and Contractor Requirements, this factor will receive an �UNACCEPTABLE� rating. 2. Management: Meeting all other areas under the SOW-Specs which are consistent in the scope of complexity with equipment: a. Solicitation Submittal Requirements: Proposals, which merely offer a statement to conduct/provide services in accordance with the requirements in the Governments SOW-Specs, will not be eligible for award. The offeror must submit an explanation that identifies the offeror�s management capabilities and responsibilities. b. Basis of Evaluation: This factor will be evaluated as �ACCEPTABLE� if the explanation meets the requirement for management capabilities and responsibilities. If an explanation of one or more do not comply with the requirements, this factor will receive an �UNACCEPTABLE� rating. 3. Past Performance: a. Solicitation Submittal Requirements: The offeror�s performance on contracts completed during the past three (3) years and all contracts currently in progress for equipment. 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 a 24-month proposal due date. Relevancy: For the purposes of this solicitation, a past performance record is relevant if the CPAR business sector is listed as �Services�. 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�. 4. Price: a. Solicitation Submittal Requirements: Completed Price Schedule Sheet. I. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023). Applied to this acquisition and it�s by reference. J. Offers will be accepted electronically. Submit via e-mail to the following: Great Plains Area Indian Health Service Division of Acquisition Management Attn: Ursula Maslonka, Contract Specialist; Email: Ursula.Maslonka@ihs.gov Any questions, please submit by email to: Ursula.Maslonka@ihs.gov; before February 20, 2026, by 9:00 am CST. Contractors will need a Unique Entity ID (UEI) number, TIN number, and be registered with www.sam.gov. 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. Acceptance Period: Your proposal must be predicated upon all the terms and conditions of this RFQ and be firm until August 31, 2026. The quotation must be set forth full, accurate, and complete information as required by the Request for Quote (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. Attachments: *Standard Form SF-1449 *IHS Buy Indian Act Indian Economic Enterprise Representation Form (IEE) *Statement of Work (SOW) & Specifications *Clauses Incorporated by Reference and Full Text 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. Authority No person other than the Contracting Officer has authority to bind the Government with respect to this contract. No action or omission of any government employee or representative other than the Contracting Officer shall increase or decrease the scope of this contract or shall otherwise modify the terms and conditions of this contract. In no event shall any of the following be effective or binding on the Government or imputed to the Contracting Officer with respect to this contract: An understanding or agreement between the Contractor and anyone other than the Contracting Officer. A purported modification or change order issued by anyone other than the Contracting Officer. A promise by anyone other than the Contracting Officer to provide additional funding or make payments; or 1.3.4. An order, direction, consent, or permission from anyone other than the Contracting Officer to: 1.3.4.1. Incur costs in excess of a specified estimated cost, allotment of funds, or other ceiling. 1.3.4.2. Expend hours in excess of a specified level of effort.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/054f681bdfb74eba8bd304291aca4597/view)
 
Place of Performance
Address: Wagner, SD 57380, USA
Zip Code: 57380
Country: USA
 
Record
SN07716073-F 20260215/260213230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.