Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2025 SAM #8634
MODIFICATION

65 -- IEE Solicitation: Firm Fixed-Price (FFP), Commercial Item, Purchase to provide a Procedure Chair & Other Equipment for the Turtle Mountain Service Unit (TMSU), Quentin N. Burdick Memorial Health Care Facility (QNBMHCF), Belcourt, North Dakota.

Notice Date
7/15/2025 10:00:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
75H70625Q00033
 
Response Due
7/30/2025 10:00:00 AM
 
Archive Date
08/14/2025
 
Point of Contact
David Jones, Phone: 6052267328
 
E-Mail Address
david.jones@ihs.gov
(david.jones@ihs.gov)
 
Small Business Set-Aside
IEE Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and 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 Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355). This announcement constitutes the only solicitation; proposals 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 in response to Request for Quote (RFQ) 75H70625Q00033. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, 06/11/2025. D. This RFQ is a ""100% Indian Economic Enterprise (IEE)"" solicitation. The associated NAICS Code is 339113 (Surgical Appliance and Supplies Manufacturing), which has a small business standard of 800 employees. E. The quoted unit pricing must be ""all-inclusive"" (to include but not be limited to travel, lodging, per diem, fringe benefits, and federal, state, and local taxes), plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. BRAND NAME ONLY F. To provide a Procedure Chair and Other Equipment for the Turtle Mountain Service Unit (TMSU), Quentin N. Burdick Memorial Health Care Facility (QNBMHCF), Belcourt, North Dakota. G. See attached Statement of Work (SOW). Services will be provided for the Turtle Mountain Service Unit (TMSU), Moonlight Drive Highway 5, Belcourt, North Dakota. The period of performance will be 180 days from the Date of Award. H. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023). Quotes shall be submitted on company letterhead stationery, signed, and dated, and it shall include: 1. Solicitation number 75H70625Q00033; 2. Closing Date: July 30, 2025 at 12:00 pm CT; 3. Name, address, and telephone number of company and email address of contact person; 4. Technical description of the item/service in sufficient detail to evaluate compliance with the solicitation requirements. This may include product literature or other documents, if necessary; 5. Price and any discount; 6. Remit to Address, if different than the mailing address; 7. 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); 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 pertinent information); 10. 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. I. Basis of Award is Lowest Price Technically Acceptable (LPTA). The Government intends to select ONE contractor to award this effort. The lowest price will initially evaluate the proposals, and if the lowest-priced proposal submitted is found to be technically acceptable, no other proposals will be evaluated, and an award will be made to the lowest-priced, technically acceptable offeror. However, if the offeror's lowest-priced proposal is not found technically acceptable, the next offeror's lowest-priced proposal will be evaluated until the lowest-priced, technically acceptable proposal is found. The Government intends to evaluate offers and awards without discussions. The Government reserves the right to ask for clarifications from the lowest-priced offeror being evaluated without approaching other offerors. The Government reserves the right to enter negotiations with the lowest-priced offeror being evaluated without approaching other offerors. - Provide the items in the Specifications Listings: Brand Name Only. - Ability to meet the Delivery Schedule. - Complete and fill out the Indian Firm Representation Form/Specifications Price Lists for all items. J. 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 paragraph (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. K. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023). Applied to this acquisition, and it's incorporated by reference. L. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services (Jan 2024). See attachment for full text. M. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) applicable clauses, included below. N. 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 July 22, 2025, 12:00 p.m. CT. Contractors will need a UEI and TIN and be registered with the System for Award Management at www.sam.gov. Acceptance Period: Your proposal must be firm until September 30, 2025, and based on all the terms and conditions of this RFQ. 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. 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 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 make sure your organization and designated IPP user accounts are valid and up to date. The IPP website address is: https://www.ipp.gov. Please contact the IPP Helpdesk at (866) 973-3131 (M-F, 8 AM to 6 PM ET) or IPPCustomerSupport@fiscal.treasury.gov if you need assistance registering or accessing your IPP account. ""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.""
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/12844c3314814d11a67f5f704a212416/view)
 
Place of Performance
Address: Belcourt, ND 58316, USA
Zip Code: 58316
Country: USA
 
Record
SN07509268-F 20250717/250715230042 (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!  © 1994-2024, Loren Data Corp.