Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    GREAT PLAINS AREA HOLOGIC IMAGING

    Sol. 75H70625Q00157SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)ABERDEEN, SD
    Closed
    STATUS
    Closed
    closed Sep 23, 2025
    POSTED
    Sep 19, 2025
    Publication date
    NAICS CODE
    811210
    Primary industry classification
    PSC CODE
    6515
    Product & service classification

    AI Summary

    The Great Plains Area Indian Health Service is soliciting quotes for comprehensive maintenance services on Hologic imaging equipment across multiple facilities. This opportunity is a 100% Small Business Set-Aside, with a Firm-Fixed-Price contract expected. Quotes are due by September 23, 2025, at 12:00 pm CT.

    Contract details

    Solicitation No.
    75H70625Q00157
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    September 19, 2025
    Response Deadline
    September 23, 2025
    NAICS Code
    811210AI guide
    PSC / Class Code
    6515
    Primary Contact
    Mona Weinman
    State
    SD
    ZIP Code
    57401
    AI Product/Service
    service

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

    The Great Plains Area (GPA) Indian Health Service (IHS) intends to award a Firm-Fixed-Price type to provide comprehensive maintenance service and support on various imaging equipment manufactured by Hologic located at multiple facilities within the region served by the GPA IHS (SD, ND, IA, NE) in response to Request for Quote (RFQ) 75H70625Q00157.

    This solicitation document and incorporated provisions and clauses are through Federal Acquisition Circular 2025-05, effective 8/7/2025.

    This RFQ is issued as 100% Small Business Set-Aside, and the associated NAICS Code of 811210; which size standards in millions of dollars of $34.0.

    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: Award of contract with four (4), one (1) year option periods. Total Cost of Contract including option years: $         

    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

    Cheyenne River Health Center

    Eagle Butte Hospital

    24276 166th Street, Airport Rd, PO Box 1012, Eagle Butte, South Dakota 57625 Phone: 605-964-7724

    24/7

    Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. MST

    Fort Thompson Service Unit

    Fort Thompson IHS Health Center

    1323 BIA Route 4, PO Box 200, Fort Thompson, South Dakota 57339

    Phone: 605-245-1500

    MON - FRI 8:00 a.m. - 4:30 p.m. CST

    Great Plains Area Regional Drug Dependency Unit

    113 South Bluff Street, Winnebago, Nebraska 68071 Phone: 402-878-3800

    24/7

    SUN - SAT 8:00 a.m. - 5:00 p.m. CST

    Great Plains Area Youth Regional Treatment Center

    PO Box 680, Mobridge, South Dakota 57601 Phone: 605-845-7181

    Lower Brule Service Unit

    Lower Brule Indian Health Center

    601 Gall St, Lower Brule, South Dakota 57548 Phone: 605-473-5526

    MON, TUE, THU, FRI 8:00 a.m. - 4:30 p.m. MST WED 12:15 p.m. - 4:30 p.m. MST

    Pine Ridge Service Unit

    Kyle Health Center

    P.O. Box 540, Kyle, South Dakota 57752 Phone: 605-455-2451

    MON - FRI 7:00 a.m. - 5:30 p.m. MST

    Pine Ridge Service Unit

    Pine Ridge Hospital

    P.O. Box 1201, East Highway 18, Pine Ridge, South Dakota 57770 Phone: 605-867-5131

    24/7

    Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. MST

    Pine Ridge Service Unit

    Wanblee Health Center

    210 First Street, P.O. Box 290, 100 Clinic Drive, Wanblee, South Dakota 57577

    Phone: 605-462-6155

    MON - FRI 7:30 am - 6:00 pm MST

    Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. MST

    Rosebud Service Unit

    Rosebud Comprehensive Health Care Hospital

    400 Soldier Creek Dr. Rosebud, South Dakota 57570 Phone: 605-747-2231

    24/7

    Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. MST

    Standing Rock Service Unit

    Fort Yates Hospital

    10 Standing Rock Ave, P.O. Box J, Fort Yates, North Dakota 58538 Phone: 701-854-3831

    MON - FRI 8:00 a.m. - 4:30 p.m. MST

    On-Call: MON - FRI 4:30 p.m. - 8:00 a.m. MST SAT - SUN On-Call

    Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. MST

    Standing Rock Service Unit

    McLaughlin Health Center

    701 East 6th St., PO. Box 879, McLaughlin, South Dakota 57642 Phone: 605-823-2610

    MON - FRI 8:00 a.m. - 4:30 p.m. MST

    Turtle Mountain Service Unit

    Quentin N. Burdick Memorial Health Care Facility 1300 Hospital Loop, Belcourt, North Dakota 58316

    Phone: 701-477-6111

    24/7

    Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. CST

    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

    Yankton Service Unit

    Wagner Indian Health Center

    111 Washington Ave NW, Wagner, South Dakota, 57380 Phone: 605-384-3621

    MON - FRI 8:00 a.m. - 5:00 p.m. CST

    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: 75H70625Q00157.
    2. Time specified for receipt of offers: September 23, 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 SF 1449, 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 Bid Schedule

    Complete attached IEE Representation form, if eligible

    Basis of Award.

    52.212-2 Evaluation—Commercial Products and Commercial Services.

    As prescribed in 12.301(a)(2), the Contracting Officer may insert a provision substantially as follows:

    Evaluation—Commercial Products and Commercial Services (Deviation Aug 2025)

    (a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Lowest Price Technically Acceptable

    (b) Options (if applicable). 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. The evaluation of options does not obligate the Government to exercise the option(s).

    (c) Notice of award. A written notice of award or acceptance of an offer 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.

    FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023) See attachment for full text.

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

    Submit proposal 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 22, 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 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.

    The Government reserves the right to accept or reject services, if the level of performance is unacceptable.

    Key dates

    1. September 19, 2025Posted Date
    2. September 23, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    GREAT PLAINS AREA HOLOGIC IMAGING 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.