Active Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    DIABETIC SHOES & INSERTS FOR QUENTIN N BURDICK MEMORIAL HEALTH CARE FACILITY IN BELCOURT, ND

    Sol. 75H70626Q00126Combined Synopsis/SolicitationSet-aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)PORTLAND, OR
    Open · 21d remaining
    DAYS TO CLOSE
    21
    closes Jun 4, 2026
    POSTED
    May 4, 2026
    Publication date
    NAICS CODE
    339113
    Primary industry classification
    PSC CODE
    6530
    Product & service classification

    AI Summary

    The Quentin N Burdick Memorial Health Care Facility is soliciting quotes for diabetic shoes and inserts under RFQ 75H70626Q00126. This is a 100% Indian Small Business Economic Enterprise set-aside, with a performance period of one year and four optional years. Proposals must meet technical specifications and pricing requirements to be considered for award.

    Contract details

    Solicitation No.
    75H70626Q00126
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
    Posted Date
    May 4, 2026
    Response Deadline
    June 4, 2026
    NAICS Code
    339113AI guide
    PSC / Class Code
    6530
    Issuing Office
    INDIAN HEALTH SERVICE
    Primary Contact
    Farrah Azure
    State
    OR
    ZIP Code
    97209
    AI Product/Service
    product

    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; proposals are being requested and a written solicitation will not be issued.

    B. The Quentin N Burdick Memorial Health Care Facility (QNBMHCF) Indian Health Service (IHS) intends to award a Firm-Fixed Price, Non-personal Commercial Supply, Purchase Order, in response to Request for Quote (RFQ) 75H70626Q00126.

    C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 01/08/2026.

    D. This RFQ is issued as 100% Indian Small Business Economic Enterprise (ISBEE) set-aside and the associated NAICS Code is 339113, which has a small business standard of 800.

    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.

    CLIN 0001 – Diabetic Shoes & Inserts – See Specifications – One year          $____________

    CLIN 0002 – Diabetic Shoes & Inserts – See Specifications – One year          $____________

    CLIN 0003 – Diabetic Shoes & Inserts – See Specifications – One year          $____________

    CLIN 0004 – Diabetic Shoes & Inserts – See Specifications – One year          $____________

    CLIN 0005 – Diabetic Shoes & Inserts – See Specifications – One year          $____________

    F. To provide Diabetic Shoes & Inserts to support the mission of the QNBMHCF (IHS) Hospital in Belcourt, ND.

    G. The period of performance will be 12 months from date of award, with four (4) one-year option periods. The total potential period of performance is five (5) years.

    H. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)(DEVIATION NOV 2025).

    I. Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:

    1. Solicitation number RFQ 75H70626Q00126.
    2. Closing Date: June 4, 2026, 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. 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.

                    Attachments:

    • Specifications
    • Provisions and Clauses incorporated by reference and full text
    • Contractor’s Performance Conditions & Responsibilities

    Basis of Award is Lowest Price Technically Acceptable (LPTA).

    The Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforms                    to the solicitation requirements and is determined to be technically acceptable, and who offers the lowest evaluated                      price. Technical acceptability and past performance will be evaluated on an acceptable/unacceptable basis. Only quotations          determined to be acceptable will be considered for award.

    Technical Factor 1 – Technical Capability

    (a) Solicitation Submittal Requirements:

    Offerors shall submit sufficient documentation to demonstrate that the proposed diabetic shoes and inserts meet the requirements of this solicitation. At a minimum, the offeror shall provide:

    • Product specifications and descriptive literature for proposed items
    • Manufacturer name and part numbers
    • Documentation demonstrating compliance with applicable HCPCS codes (e.g., A5500, A5512, or applicable codes)
    • Evidence of PDAC approval (if required by the solicitation)
    • Confirmation of delivery timeframes

    (b) Basis of Evaluation:

    The Government will evaluate the offeror’s submission to determine whether the proposed products meet all solicitation requirements.

    A quotation will be rated ACCEPTABLE if:

    • All required documentation is provided
    • Proposed items meet the stated specifications and salient characteristics
    • Applicable compliance requirements (e.g., HCPCS coding, PDAC approval if required) are met
    • Delivery requirements can be met

    A quotation will be rated UNACCEPTABLE if:

    • Required documentation is missing or incomplete, or
    • Proposed items fail to meet any material requirement of the solicitation

    An UNACCEPTABLE rating for this factor will render the quotation ineligible for award.

    Technical Factor 2 – Past Performance

    (a) Solicitation Submittal Requirements:

    Offerors are not required to submit past performance information. The Government may obtain past performance information from available Government sources, including but not limited to the Contractor Performance Assessment Reporting System (CPARS).

    (b) Basis of Evaluation:

    Past performance will be evaluated on an acceptable/unacceptable basis.

    An offeror will be rated ACCEPTABLE if available past performance information demonstrates a record of satisfactory performance on contracts of similar scope (e.g., supply of medical products, footwear, or similar items).

    An offeror will be rated UNACCEPTABLE if available past performance information demonstrates a pattern of unsuccessful performance, such as significant performance issues, terminations for default, or consistently poor ratings.

    If no relevant past performance information is available, the offeror will be rated Neutral/Unknown, which will be considered ACCEPTABLE.

    An UNACCEPTABLE rating will render the quotation ineligible for award.

    Factor 3 – Price

    (a) Solicitation Submittal Requirements:

    Offerors shall submit a completed price schedule for all line items, including the base period and all option periods.

    (b) Basis of Evaluation:

    The Government will evaluate price based on the total evaluated price, which is the sum of the base period and all option periods.

    Price will be evaluated for fairness and reasonableness using one or more of the following techniques:

    • Comparison of proposed prices received in response to the solicitation
    • Comparison with the Independent Government Estimate (IGE)
    • Comparison with historical pricing data, if available

    Award will be made to the responsible offeror whose quotation is determined to be technically acceptable and offers the lowest evaluated price.

    Note: A price that is found to be either unreasonable high or unrealistically low in relation to the

    proposed work may be indicative of an inherent lack of understanding of the solicitation requirements and may result in the overall proposal being considered unacceptable.

    J. FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (Nov 2021).

    (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforms to the solicitation requirements and is determined to be technically acceptable, and who offers the lowest evaluated price. The following factors shall be used to evaluate offers:

    1. Technical Capability

    2. Past Performance

    3. Price

    (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

    (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

    K. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023)(DEVIATION NOV 2025) – Applied to this acquisition and it’s incorporated by reference..

    L. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable.

    M. Offers will be accepted electronically, Submit via e-mail to the following:

                  Belcourt Service Unit

                  Attn: Farrah Azure, Purchasing Agent

                  Email: Farrah.azure@ihs.gov

    Questions in regard to this solicitation shall be submitted in writing by email, no later than May 22, 2026 12:00pm CST.

    Contractors will need your Unique Entity ID, TIN number, and be registered with www.sam.gov.

    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. 

    ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ.  In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government.

    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 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 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 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.

    Key dates

    1. May 4, 2026Posted Date
    2. June 4, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    DIABETIC SHOES & INSERTS FOR QUENTIN N BURDICK MEMORIAL HEALTH CARE FACILITY 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.