Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    75H70626Q00009-TOTAL SMALL BUSINESS SET-ASIDE, NON-PERSONAL TEMPORARY DIAGNOSTIC RADIOLOGIC TECHNOLOGIST (ULTRASOUND RDMS CERTIFIED) SERVICES FOR THE QUENTIN N. BURDICK MEMORIAL HEALTHCARE FACILITY IN BELCOURT NORTH DAKOTA.

    Sol. 75H70626Q00009Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)ABERDEEN, SD
    Closed
    STATUS
    Closed
    closed Dec 23, 2025
    POSTED
    Nov 24, 2025
    Publication date
    NAICS CODE
    561320
    Primary industry classification
    PSC CODE
    Q522
    Product & service classification

    AI Summary

    This opportunity is a total small business set-aside for non-personal temporary diagnostic radiologic technologist services, specifically for ultrasound RDMS certified professionals, at the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. Quotes are due by December 23, 2025, and must include all costs associated with service delivery.

    Contract details

    Solicitation No.
    75H70626Q00009
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    November 24, 2025
    Response Deadline
    December 23, 2025
    NAICS Code
    561320AI guide
    PSC / Class Code
    Q522
    Primary Contact
    Jody Keplin
    State
    SD
    ZIP Code
    57401
    AI Product/Service
    service

    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 Temporary Diagnostic Radiologic Technologist
    (Ultrasound RDMS certified), Purchase Order with a Base Period and Four
    (4), Option Years in response to Request for Quote (RFQ)
    75H70626Q00009.
    C. This solicitation document and incorporated provisions and clauses are those in
    effect through Federal Acquisition Circular 2025-06 on October 1, 2025.
    D. This RFQ is issued as Total Small Business Set-Aside, and the associated NAICS Code is
    #561320, code for Temporary Help Services, size standards in millions of dollars $34.0.
    E. 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-18: Complete, sign and return the SF-18 along with the
    Business Associates Agreement for the Quote #75H70626Q00009 for
    Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS
    certified).
    Quotes will be valid until March 31, 2026.
    F. Firm Fixed Price, Non-Personal Temporary Diagnostic Radiologic Technologist
    (Ultrasound RDMS certified) 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 a
    Base Period with Four (4), Option Years .
    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: 75H70626Q00009

    2. Closing Date: December 23, 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.
    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 issued)
    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).
    11. 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 52.212-2 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. Meeting all areas under the Statement of Work (SOW) which are consistent
    in the scope and complexity with Temporary Diagnostic Radiologic
    Technologist (Ultrasound RDMS certified).
    2. Price: The Pricing Schedule must be completed for all the line
    items and will be evaluated as to completeness and reasonableness.

    The offeror with the lowest technically acceptable prices
    represents the best value to the Government.
    3. Past Performance: The offeror’s performance on contracts completed
    during the past three (3) years and all contracts are currently in progress
    for Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS
    certified). The offeror’s technical proposal shall include a list of
    previous Temporary Diagnostic Radiologic Technologist (Ultrasound
    RDMS certified) awarded to the offeror for services provided to rural
    locations.
    I. 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
    J. FAR 52.214-16 Minimum Bid Acceptance Period (April 1984). See attachment for full text.
    K. Attached are the Federal Acquisition Regulations (FAR) & Health & Human
    Services Acquisition Regulation (HHSAR) clauses that are applicable,
    including below.
    L. 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 either email to
    jody.keplin@ihs.gov. The last day to submit questions is December 15, 2025, before 12:00 pm,
    CT.
    SECURITY CLEARANCE
    A security pre-clearance must be provided for any employees referred to IHS through this contract.
    Fingerprints must be completed and adjudicated prior to services being performed under this contract.
    No contract award shall be made to any vendor or provider listed on the OIG Exclusion List
    http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the
    contractor to notify the acquisition official if there is a change in provider.
    Performance of this contract will require routine access by employees of the Contractor or its subcontractors to
    facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine
    access to I.H.S. facilities or systems, each person must complete a FBI National Criminal History Check
    (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel
    Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of
    fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of
    fingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available
    from the Contracting Officer.
    In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if
    listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE),
    http://exclusions.oig.hhs.gov. As soon as practicable prior to the start of work, the performance of the work the

    Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of
    work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting
    Officer the names of any additional or substitute employees for screening before they begin work.
    The Contractor is responsible for conducting security pre-clearance investigations in sufficient depth to ensure
    that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable
    fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of
    performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost
    Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs
    incurred for employees who are unable to perform due to denial or access, or the excess time required to resolve
    and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to
    security clearance findings shall not be a basis for excusable delay or an increase to the contract amount.
    Government will pay for the cost to process the contractor’s suitability clearances. However, multiple
    investigations for the same position may, at the Contracting Officers discretion, lead to reduction(s) in the
    contract price of no more than the cost of the extra investigation(s).
    Employees that DO NOT have access to LMS, contractors, volunteers, or IHS employees with IPA’s or MOA’s
    to tribal organizations please, click here IHS Sexual Abuse Prevention website. When the contractors have
    completed and passed the training, please have them send a copy of the last page of the training with Name,
    Date, and Time to their Supervisor, COR, and Kimmen LeBeau, e-mail: Kimmen.LeBeau@ihs.gov.
    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 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
    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”.
    ATTACHMENTS:
    Combined Synopsis Notice
    SF-18 Request for Quotes
    Performance Work Statement
    Provisions and Clauses
    Business Associate Agreement
    Wage Determination Number # _2015-5385

    Key dates

    1. November 24, 2025Posted Date
    2. December 23, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    75H70626Q00009-TOTAL SMALL BUSINESS SET-ASIDE, NON-PERSONAL TEMPORARY DIAGNOSTIC RADIOLOGIC TECHNOLOGIST (ULTRASOUND RDMS CERTIFIED) SERVICES FOR THE QUENTIN N. BURDICK MEMORIAL HEALTHCARE FACILITY IN BELCOURT NORTH DAKOTA. 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.