Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    SEEKING SMALL BUSINESS SET-ASIDE CONTRACTORS -PURCHASE BRAND NAME ONLY TOPCON OPHTHALMIC EXAM CHAIRS EQUIPMENT, ACCESSORIES & SUPPLIES FOR THE IHS QUENTIN N. BURDICK MEMORIAL HEALTHCARE

    Sol. 75H70625Q00139Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)ABERDEEN, SD
    Closed
    STATUS
    Closed
    closed Sep 7, 2025
    POSTED
    Aug 27, 2025
    Publication date
    NAICS CODE
    423460
    Primary industry classification
    PSC CODE
    6540
    Product & service classification

    AI Summary

    The Indian Health Service is seeking small business contractors to provide brand name Topcon ophthalmic exam chairs, equipment, accessories, and supplies for the Quentin N. Burdick Memorial Healthcare. This is a 100% small business set-aside opportunity under NAICS Code 423460. Bidders must submit a complete Request for Quote (RFQ) #75H70625Q00139, ensuring all products are new and accompanied by OEM warranties. Delivery is required within 45 days of award to Belcourt, North Dakota.

    Contract details

    Solicitation No.
    75H70625Q00139
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 27, 2025
    Response Deadline
    September 7, 2025
    NAICS Code
    423460AI guide
    PSC / Class Code
    6540
    Primary Contact
    Ursula Maslonka
    State
    SD
    ZIP Code
    57401

    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 Purchase

    Order, Commercial Item, Purchase Order in response to Request for Quote (RFQ) 75H70625Q00139

    C. This solicitation document and incorporated provisions and clauses are those in effect through

    Federal Acquisition Circular 2025-04 on June 11, 2025.

    D. This RFQ is issued as 100% Small Business Set-Aside, and the associated NAICS Code is #423460, Ophthalmic Goods Merchant Wholesalers, which has a small business standard size 175 employees or

    fewer.

    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.

    BRAND NAME ONLY

    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 nonauthorized

    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 known.

    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.

    Complete the attached Request for Quote #75H70625Q00139. Complete RFQ is required to be

    considered responsive.

    F. To be provided for: IHS Quentin N. Burdick Memorial Hospital.

     Location for Delivery: 1300 Hospital Loop, Belcourt, North Dakota 58316.  See specifications attached. The period of performance will be Date of Award through Fouty-Five Days (45) days.

    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: 75H70625Q00139

    2. Closing Date: September 7, 2025, at 9:00 am 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)

    Basis of Award is Lowest Price, Technically Acceptable “LPTA” factors determining the

    successful contractor. The Government will not use the formal source selection process

    described in FAR Part 15.

    I. FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial

    Services (MAY 2024). See attachment for full text. The Offeror shall complete only paragraphs

    (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.

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

    (NOV 2023). Applied to this acquisition and it’s by reference.

    K. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive

    Orders Commercial Products and Commercial Services (JAN 2025). See attachment for full text.

    L. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition

    Regulation (HHSAR) clauses that are applicable include below:

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

    Great Plains Area Indian Health Service Division of Acquisition Management

    Attn: Ursula Maslonka, Contract Specialist

    Email: Ursula.Maslonka@ihs.gov

    Any questions, please submit by email to: Ursula.Maslonka@ihs.gov; before September 2, 2025, by

    9:00 am 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.

    Acceptance Period: Your proposal must be predicted upon all the terms and conditions of this

    RFQ and be firm until September 30, 2025.

    The quotation must be set forth full, accurate, and complete information as required by the

    Request for Quote (RFQ) and be returned by the date referenced. All the necessary information

    must be submitted to be considered responsive and eligible for award.

    No contract award shall be made to any vendor listed on the OIG Exclusions List at

    http://exclusions.org.hhs.gov throughout the contract.

    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 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

    CO Authority

    1. Authority

      1. No person other than the Contracting Officer has authority to bind the Government with respect to this contract.

      1. No action or omission of any government employee or representative other than the Contracting Officer shall increase or decrease the scope of this contract or shall otherwise modify the terms and conditions of this contract.

      1. In no event shall any of the following be effective or binding on the Government or imputed to the Contracting Officer with respect to this contract:

        1. An understanding or agreement between the Contractor and anyone other than the Contracting Officer;
        2. A purported modification or change order issued by anyone other than the Contracting Officer;
        3. A promise by anyone other than the Contracting Officer to provide additional funding or make payments; or

    Key dates

    1. August 27, 2025Posted Date
    2. September 7, 2025Proposals / Responses Due

    Frequently asked questions

    SEEKING SMALL BUSINESS SET-ASIDE CONTRACTORS -PURCHASE BRAND NAME ONLY TOPCON OPHTHALMIC EXAM CHAIRS EQUIPMENT, ACCESSORIES & SUPPLIES FOR THE IHS QUENTIN N. BURDICK MEMORIAL HEALTHCARE 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.