MODIFICATION
P -- ISBEE Set-Aside: Abatement, demolition, and disposal of two unoccupied IHS quarters units located in Rosebud, South Dakota.
- Notice Date
- 10/31/2025 9:23:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- 75H70626Q00013
- Response Due
- 11/28/2025 3:00:00 PM
- Archive Date
- 12/13/2025
- Point of Contact
- Erin Doering, Phone: 6052267662, Fax: 6052267689
- E-Mail Address
-
Erin.Doering@ihs.gov
(Erin.Doering@ihs.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) 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; 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, Non-Personal Commercial Services Purchase Order in response to Request for Quote (RFQ) 75H70626Q00013 C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 on August 27, 2025. D. This RFQ is issued as 100% Indian Small Business Economic Enterprise Set-Aside, and the associated NAICS Code is #238910, Site Preparation Contractors, which has a small business standard size $19 million or less. 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. Complete the attached Request for Quote #75H70626Q00013. Complete RFQ is required to be considered responsive. F. To be provided for: Rosebud Health Center Location of Work: Rosebud Lower Housing Compound, Quarters 35 and 36, Her Many Horses Loop, Rosebud, South Dakota. See specifications and picture attached. The period of performance will be Date of Award through 270 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: 75H70626Q00013 2. Name, address and telephone number of company and email address of contact person. 3. Technical description of the 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. 4. Terms of any express warranty. 5. Price and any discount terms. 6. �Remit to� address, if different than 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 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 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services (MAY 2024). See attachment for full text. The Offeror shall complete only paragraphs (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. 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. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025). See attachment for full text. K. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable include below: L. Offers will be accepted electronically. Submit via e-mail to the following: Great Plains Area Indian Health Service Office of Environmental Health & Engineering Attn: Erin Doering, Contract Specialist Email: Erin.Doering@ihs.gov Basis of Award: Lowest Price Technically Acceptable 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 December 28, 2025. 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. Invoice Processing Platform (IPP) Invoicing under this order shall be processed through the Invoice Payment Platform (IPP), located at www.ipp.gov. 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). The Office of Management and Budget (OMB) M-15-19 Memorandum ""Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing"" directs Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. If your organization is not currently utilizing IPP, following award of an order, your organization will be automatically enrolled by IHS. Your company's IPP POC will be determined by the information listed in your SAM.gov account, and will receive two e-mails from the Bureau of Fiscal Service, one with a username and one with a temporary password. Please ensure your SAM.gov information is up to date. If you are currently enrolled in IPP, either from a previous award with IHS or another Federal Agency utilizing IPP- you may use your existing IPP credentials for this order. 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. CO Authority 1. Authority 1.1. No person other than the Contracting Officer has authority to bind the Government with respect to this contract. 1.2. 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. 1.3. 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: 1.3.1. An understanding or agreement between the Contractor and anyone other than the Contracting Officer; 1.3.2. A purported modification or change order issued by anyone other than the Contracting Officer; 1.3.3. 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: incur cost in excess of a specified estimated amount cost, allotment of funds, or other ceiling; or Expand hours in excess of a specified of effort.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b3cb3698bbfe4dd182e2c938ce890703/view)
- Place of Performance
- Address: Rosebud, SD, USA
- Country: USA
- Country: USA
- Record
- SN07632548-F 20251102/251031230030 (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 |