SOLICITATION NOTICE
65 -- Firm-fixed-price type contract to provide dental piezoelectric scaler with accessories per specifications for Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD
- Notice Date
- 9/12/2025 11:14:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- 75H70625Q00158
- Response Due
- 9/15/2025 10:00:00 AM
- Archive Date
- 09/30/2025
- Point of Contact
- Mona Weinman, Phone: 6059455427
- E-Mail Address
-
mona.weinman@ihs.gov
(mona.weinman@ihs.gov)
- Small Business Set-Aside
- IEE Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services)
- Description
- 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. This announcement constitutes only solicitation; proposals are being requested, and a written solicitation will not be issued. B. The Great Plains Area (GPA) Indian Health Service (IHS) intends to award a Firm-Fixed-Price type to provide dental descaler with accessories (see Specifications) to Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD in response to Request for Quote (RFQ) 75H70625Q00158. C. This solicitation document and incorporated provisions and clauses are those through Federal Acquisition Circular 2025-05 effective date 08/07/2025. D. This RFQ is issued as 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside, and the associated NAICS Code of 423450; size standards in number of employees is 200. 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. Period of Performance: Ninety (90) days from date of award. Total Cost of Contract including option years: $ F. To provide comprehensive maintenance service and support at multiple facilities within the GPA IHS region including but not limited to the following locations: FACILITY HOURS OF OPERATION Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) 100 Lake Traverse Drive, Sisseton, South Dakota 57262 Phone: 605-698-7606 MON - FRI & Holidays 8:00 a.m. - 8:00 p.m. CST SAT - SUN 1:00 p.m. - 5:00p.m. CST Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. CST 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: 75H70625Q00158. 2. Time specified for receipt of offers: September 15, 2025, at 12:00 pm CT 3. Name, address and telephone number of offeror. 4. Technical description of the items 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. 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) 9. Acknowledgment of Solicitation Amendments (if any) 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); and 11. If the offer is not submitted on SF18, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. In addition, contractors shall provide the following: � Complete attached SF18 � Complete attached IEE Representation form H. Basis of Award: Lowest Price Technically Acceptable. FAR 13.106-2 Evaluation of quotations or offers. (a) General. (1) The contracting officer shall evaluate quotations or offers- (i) In an impartial manner; and (ii) Inclusive of transportation charges from the shipping point of the supplier to the delivery destination. (2) Quotations or offers shall be evaluated on the basis established in the solicitation. (3) All quotations or offers shall be considered (see paragraph (b) of this subsection). (b) Evaluation procedures. (1) The contracting officer has broad discretion in fashioning suitable evaluation procedures. The procedures prescribed in parts 14 and 15 are not mandatory. At the contracting officer�s discretion, one or more, but not necessarily all, of the evaluation procedures in part 14 or 15 may be used. (2) If telecommuting is not prohibited, agencies shall not unfavorably evaluate an offer because it includes telecommuting unless the contracting officer executes a written determination in accordance with FAR 7.108(b). (3) If using price and other factors, ensure that quotations or offers can be evaluated in an efficient and minimally burdensome fashion. Formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. Contracting offices may conduct comparative evaluations of offers. Evaluation of other factors, such as past performance- (i) Does not require the creation or existence of a formal database; and (ii) May be based on one or more of the following: (A) The contracting officer�s knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or (D) Any other reasonable basis. (4) For acquisitions conducted using a method that permits electronic response to the solicitation, the contracting officer may- (i) After preliminary consideration of all quotations or offers, identify from all quotations or offers received one that is suitable to the user, such as the lowest priced brand name product, and quickly screen all lower priced quotations or offers based on readily discernible value indicators, such as past performance, warranty conditions, and maintenance availability; or (ii) Where an evaluation is based only on price and past performance, make an award based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer. I. FAR 52.212-3 Offeror 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 representation 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 paragraphs (c) through (p) of this provision. J. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023) See attachment for full text. K. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable. L. Submit quote by email to: Mona Weinman, Contract Specialist 115 4th Ave SE, Aberdeen, SD 57401. Email: mona.weinman@ihs.gov Questions regarding this solicitation shall be submitted in writing by email only. The last day to submit questions is September 12, 2025, 12:00 pm CT. 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. 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 non-authorized 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 knowingly 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. 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 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 Treasurys 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5da68695c2a849639d3d9ac505018b9e/view)
- Place of Performance
- Address: Sisseton, SD, USA
- Country: USA
- Country: USA
- Record
- SN07589364-F 20250914/250912230045 (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 |