Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    75H70626Q000010-100% SET-SIDE, IEE FIRM FIXED PRICE, NON-PERSONAL TEMPORARY OPTOMETRIST SERVICES FOR THE QNBMHF IN BELCOURT ND.

    Sol. 75H70626Q000010Combined Synopsis/SolicitationSet-aside: Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services)ABERDEEN, SD
    Closed
    STATUS
    Closed
    closed Dec 8, 2025
    POSTED
    Nov 6, 2025
    Publication date
    NAICS CODE
    561320
    Primary industry classification
    PSC CODE
    Q511
    Product & service classification

    AI Summary

    The Indian Health Service is seeking quotes for non-personal temporary optometrist services at the Quentin N Burdick Memorial Healthcare Facility in Belcourt, ND. This is a firm-fixed price contract set aside for Indian Economic Enterprises, with a performance period of one year. Quotes are due by December 8, 2025.

    Contract details

    Solicitation No.
    75H70626Q000010
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services)
    Posted Date
    November 6, 2025
    Response Deadline
    December 8, 2025
    NAICS Code
    561320AI guide
    PSC / Class Code
    Q511
    Primary Contact
    Jody Keplin
    State
    SD
    ZIP Code
    57401
    AI Product/Service
    service

    Description

    1. 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.

    1. The Great Plains Area Indian Health Service (IHS) intends to award a Firm- Fixed Price, Non- Personal Temporary Optometrist service, Purchase Order for one (1) year in response to Request for Quote (RFQ) 75H70626Q00010.

    1. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 October 1, 2025.

    1. This RFQ is issued as 100% Indian Economic Enterprises (IEE) Set-Aside, and the associated NAICS Code is #561320, code for Temporary Help Services. This means that for a business to be considered a small business under this NAICS code, size standards in millions of dollars $34.0. Quoter is required to fill out the attached INDIAN FIRM REPRESENTATION FORM.

    1. The quoted unit pricing must be all inclusive (including, 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.

    See the attached SF-1449: Complete, sign and return the SF-1449 along with the Business Associates Agreement for the Quote #75H70626Q00010 for Temporary Optometrist service.

    Quotes will be valid until December 31, 2025.

    1. Firm Fixed Price, Non-Personal Temporary Optometrist services to be provided for the Quentin N Burdick Memorial Healthcare Facility 1300 Hospital Loop Belcourt North Dakota 58316. See the Statement of Work (SOW) attached. The period of performance will be for one (1) year.

    1. 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: 75H70626Q00010
      2. Closing Date: December 8, 2025, 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.

      1. Terms of any express warranty.
      2. Price and any discount terms.
      3. “Remit to” address, if different than mailing address.
      4. 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).
      5. Acknowledgment of Solicitation Amendments (if any issued)
      6. 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).
      7. 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.

    1. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021); attached in full text.

    Basis of Award: Best Value with Lowest Price Technical Acceptable.

    The Government will evaluate quotations utilizing the procedures of FAR 13.106-2 Evaluation of quotations or offers. Offers will be evaluated for

    acceptability but not ranked using the non-price factors/sub-factors. All non-price factors and sub-factors will be rated as either

    “acceptable” or “unacceptable”. The Government intends to evaluate and make an award without discussion with the offerors other than minor clarifications, unless discussions are determined to be necessary. A decision on the technical acceptability of each offeror’s quotations will be made. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall prices.

    The LPTA evaluation process will be accomplished as follows - Technical Acceptability will be comprised of three subfactors:

      1. Technical Approach:
        • Understanding of the Statement of Work (SOW) requirements
        • Clarity, feasibility, and detail of the proposed approach
        • Innovative methods and ability to address potential challenges
        • Quality assurance and compliance with standards/regulations

      1. Price:
        • Fair and reasonable in comparison to the Independent Government Estimate (IGE), competition received, and historical pricing data.

        • Complete, with all Contract Line Item Numbers (CLINs), option periods, and required elements properly priced in accordance with the solicitation.
        • Balanced, ensuring that no line items are significantly overstated or understated in a manner that poses risk to the Government.
        • Realistic (if applicable), assessing whether the price is sufficient to accomplish the technical requirements and reflects a clear understanding of the work.

      1. Past Performance:
        • Relevance of past performance contracts
        • Quality of services delivered (timeliness, accuracy, customer satisfaction)
        • Record of compliance with contract terms and conditions
        • Responsiveness to performance issues and corrective actions

    FAR 52.212-3 Offer Representations and Certifications-Commercial Products

    and Commercial Services (Oct 2025).

    Offeror shall complete only paragraphs

    See attachment for full text. The

    (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.

    1. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services

    (Nov 2023). Applied to this acquisition and “incorporated by reference.”

    1. FAR 52.214-16 Minimum Bid Acceptance Period (April 1984). See attachment for full text.

    1. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable, including below.

    1. Submit proposal to:

    Quentin N Burdick Memorial Healthcare Facility Attn: Jody Keplin, Purchasing Agent

    1300 Hospital Loop

    Belcourt, ND 58316

    Email: jody.keplin@ihs.gov

    Questions regarding to this solicitation shall be submitted in writing by email to jody.keplin@ihs.gov. The last day to submit questions is November 26, 2025, before 12:00 pm, CT.

    Key dates

    1. November 6, 2025Posted Date
    2. December 8, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    75H70626Q000010-100% SET-SIDE, IEE FIRM FIXED PRICE, NON-PERSONAL TEMPORARY OPTOMETRIST SERVICES FOR THE QNBMHF IN BELCOURT ND. is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.