MODIFICATION
65 -- Firm-Fixed-Price Hillrom Centrella Beds for CRHC
- Notice Date
- 12/16/2025 12:45:51 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- 75H70626Q00050
- Response Due
- 1/14/2026 12:00:00 PM
- Archive Date
- 01/29/2026
- Point of Contact
- Mona Weinman, Phone: 6059455427
- E-Mail Address
-
mona.weinman@ihs.gov
(mona.weinman@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- A.This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FederalAcquisition Regulation (FAR) Part 12, as supplemented with additional information included in this notice. Thisannouncement constitutes the only solicitation; proposals are being requested and a written solicitation will notbe issued. B.The Great Plains Area Indian Health Service (IHS) intends to award a firm-fixed-price contract, Brand Name Only, for the purchase of two (2) Centrella Hillrom (Baxter) beds for the Cheyenne River Health Center, located in Eagle Butte, SouthDakota in response to Request for Quote 75H70626Q00050. C.This solicitation document and incorporated provisions and clauses are those through Federal Acquisition Circular2025-06 with effective date of 10/01/2025. D.This RFQ is issued as 100% Small Business Set-Aside, and the associated NAICS Code of 339112; size standards innumber of employees 1,000. 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 mostcompetitive and reasonable rates. Period of Performance: delivery of equipment 180 days from date of issuance. Total Cost of Contract: $ F.To provide delivery of equipment; Centrella Hillrom exam beds with upholstery and siderails. See attached Specificationsfor Brand Name equipment. Physical address to follow: Cheyenne River Health Center Attn: Erik Twite / Biomed 24276 166th St Eagle Butte, SD 57625 Contact: Erik Twite, erik.twite@ihs.gov, 605-964-0592 Scheduled freight delivery between 8:00 AM and 5:00 PM Mountain Time. Freight delivery to include lift-gate capability. G.FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Nov 2025). Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include: 1.Solicitation number: 75H70626Q00050. 2.Time specified for receipt of offers: January 14, 2025 at 2:00 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 therequirements 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) 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); and 10.If the offer is not submitted on SF 18, 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. H. Basis of Award: Best Value with Lowest Price, Technically Acceptable. I.FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2025) See attachment for full text. J.Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable. K.Email proposal 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 December 26, 2025, 2:00 pm 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. 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/b80eded3e3af48a5acec0c1ebe3051db/view)
- Place of Performance
- Address: Eagle Butte, SD 57625, USA
- Zip Code: 57625
- Country: USA
- Zip Code: 57625
- Record
- SN07667164-F 20251218/251216230034 (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 |