Conductor & Static T-Lines
Agency: Department of Energy
Location: South Dakota
NAICS: 332510
| Agency | Indian Health Service |
|---|---|
| Deadline | 05/13/26 |
| Posted | 04/29/26 |
| Estimated Value | Not Provided |
| Set Aside | SBA |
| NAICS | 541690 - Other Scientific and Technical Consulting Services |
| PSC | Q999 - Medical- Other |
| Location | Eagle Butte, SD 57625 United States |
- 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. - The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Non- Personal, commercial service contract in response to Request for Quote (RFQ) 75H70626Q00081. - This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 on March 13, 2026. - This RFQ is issued as 100% Small Business Set-Aside, and the associated NAICS Code is #541690, which has a small business standard size $19.5 - 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. Complete the attached Request for Quote #75H70626Q00081 for Medical Physicist. - Medical Physicist to be provided for the Cheyenne River Health Center Indian Health Service, 24276 166th St. Airport RD, Eagle Butte, South Dakota 57625. See Statement of Work (SOW) attached. The period of performance will be one year from date of award - FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Oct, 2025). Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include: - - Solicitation number: 75H70626Q00081
May 13, 2026 at 12:00 pm MT. - Name, address and telephone number of company and email address of contact person. - 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. - Terms of any express warranty. - Price and any discount terms. - Remit to address, if different than mailing address. - Acknowledgment of Solicitation Amendments (if any issued) - - 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). - 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. - FAR 52.212-2 Evaluation Commercial Products and Commercial Services (Oct, 2025) See attachment for full text. Basis of award is Lowest Price, Technically Acceptable LPTA factors determining the successful contractor. The Government will not use the formal source selection procedures described in FAR part 15. 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 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 offeror's 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: - - Meeting all areas under the Statement of Work (SOW) which are consistent in the scope and complexity with Medical Physicist. - 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.
The offeror's performance on contracts completed during the past three (3) years and all contracts are currently in progress for Medical Physicists. - FAR 52.212-4 Terms and Conditions-Commercial Products and Commercial Services (Oct, 2025). Applied to this acquisition and it's by reference. - Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable, including below. - Offers will be accepted electronically, Submit via e-mail to the following: Great Plains Area Indian Health Service Attn: Jordyn Brown, Purchasing Agent Email: Jordyn.Brown@ihs.gov Any questions, please submit by email to: Jordyn.Brown@ihs.gov; before May 5, 2026 by 12:00 pm MT. Contractors will need a Unique Entity ID (UEI) number, TIN number, and be registered with www.sam.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 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 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.
Background The Great Plains Area Indian Health Service (IHS) is issuing this combined synopsis/solicitation for a Firm-Fixed Price, Non-Personal, commercial service contract for Medical Physicist services at the Cheyenne River Health Center located in Eagle Butte, South Dakota. This solicitation is part of the agency's mission to provide quality healthcare services to American Indians and Alaska Natives. The goal of this contract is to ensure compliance with medical physics standards and regulations at the health center. Work Details The contractor shall provide medical physics services which include: 1. Annual inspections of all imaging equipment, ensuring compliance with regulatory agency requirements; 2. Immediate reporting of any unsafe conditions to the Radiation Safety Officer (RSO); 3. Acceptance testing of new or relocated imaging equipment prior to first clinical use; 4. Consultation for additional services such as safety training and reading dosimetry badge reports; 5. Review of CT protocols at least annually; 6. Compliance with radiation protection standards as specified in applicable regulations; 7. Submission of complete electronic reports in PDF format within specified timeframes after inspections. Period of Performance One year from the date of award. Place of Performance Cheyenne River Health Center, 24276 166th St. Airport Rd, Eagle Butte, South Dakota 57625.
| Contact name | Jordyn Brown |
|---|---|
| Contact email | jordyn.brown@ihs.gov |
| Contact phone | None |
Agency: Department of Energy
Location: South Dakota
NAICS: 332510
Agency: Indian Health Service
Location: South Dakota
NAICS: 333914
Agency: City of Sioux Falls [SD]
Location: South Dakota
NAICS: Not Provided
Agency: City of Sioux Falls [SD]
Location: South Dakota
NAICS: Not Provided