Search Contract Opportunities

Firm-Fixed-Price type for comprehensive service and support agreement for various imaging equipment manufactured by Hologic located at multiple facilities within the region served by the Great Plains Area Indian Health Service.

ID: 75H70626Q00003 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

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. This announcement constitutes only solicitation; quotes are being requested, and a written solicitation will not be issued.

B.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) 75H70626Q00003.

C.This solicitation document and incorporated provisions and clauses are through Federal Acquisition Circular 2025-06, effective 10/01/2025.

D.This RFQ is issued as100% Small business set aside and the associated NAICS Code of 811210, Electronic and Precision Equipment Repair and Maintenance, small business standards in millions of dollars $34.0.

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.

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

G.To provide comprehensive maintenance service and support at multiple facilities within the GPA IHS region including but not limited to the following locations:

FACILITY INFORMATION

Pine Ridge Service Unit (24/7)Pine Ridge HospitalP.O. Box 1201East Highway 18, Pine Ridge, South Dakota 57770Phone: 605-867-5131Delivery hours: MON - FRI 8:00 a.m. - 4:30 p.m. MST

Rosebud Service Unit (24/7)Rosebud Comprehensive Health Care Hospital400 Soldier Creek Dr. Rosebud, South Dakota 57570Phone: 605-747-2231Delivery hours: MON - FRI 8:00 a.m. - 4:30 p.m. MST

Turtle Mountain Service Unit (24/7)Quentin N. Burdick Memorial Health Care Facility1300 Hospital Loop, Belcourt, North Dakota 58316Phone: 701-477-6111Delivery hours: 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 57262Phone: 605-698-7606Hours: MON - FRI & Holidays 8:00 a.m. - 8:00 p.m. CST SAT - SUN 1:00 p.m. - 5:00p.m. CSTDelivery hours: MON - FRI 8:00 a.m. - 4:30 p.m. CST

H.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: 75H70626Q00003.

2.Time specified for receipt of offers: November 8, 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 representationsand 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 sameor 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

I.Basis of Award: Lowest Price Technically Acceptable
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 Offerorwhose offer conforming to the solicitation will be most advantageous to the Government, price and other factorsconsidered. The following factors will be used to evaluate offers:
Qualifications: Professional qualifications necessary for satisfactory performance of required services, as stated in Statement ofWork, Section C-2.
Company Management: Management has an experienced cadre of people that have at least five years of experience inmanagement of delivery of services as required by the SOW, two years of which have been with the contractor.
Capacity: Capacity to accomplish the services and provide qualified personnel, e.g. contractor has currently availablepersonnel or has demonstrated its ability to recruit personnel within seven days of contract award.
Past Performance. Past performance on at least two or more similar or same scope of contracts with governmentagencies and private industry in terms of quality of work, compliance with performance schedules, provision ofqualified persons to client both at time of award and to replacement of contractor persons.
(b)Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for alloptions to the total price for the basic requirement. The Government may determine that an offer is unacceptable if theoption prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise theoption(s).
(c)Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within thetime for acceptance specified in the offer, shall result in a binding contract without further action by either party. Beforethe offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there arenegotiations after its receipt, unless a written notice of withdrawal is received before award.

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

K. FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Productsand Commercial Service (Oct 2025). See attachment for full text.

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

M.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 October 24, 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.

Background
The Great Plains Area (GPA) Indian Health Service (IHS) intends to award a Firm-Fixed-Price contract to provide comprehensive maintenance service and support on various imaging equipment manufactured by Hologic. This contract will cover multiple facilities within the region served by the GPA IHS, which includes South Dakota, North Dakota, Iowa, and Nebraska. The goal of this contract is to ensure the operational readiness and compliance of imaging equipment in healthcare settings.

Work Details
The contractor shall provide comprehensive services including calibration, preventive maintenance, and unscheduled maintenance for Hologic imaging equipment. Services include:
- All parts, labor, tools, equipment, literature, transportation, and per diem necessary for complete calibration/preventive maintenance and mechanical/electrical safety testing as recommended by the OEM and required by CMS and accrediting bodies.
- Submission of a schedule for future/scheduled services per OEM recommendations.
- Coverage for unscheduled maintenance including emergency repairs at no additional cost.
- Glassware coverage for x-ray tubes and detectors on a non-prorated basis.
- Compliance with the Joint Commission Environment of Care accreditation standards for service intervals: quarterly (every three months), semi-annually (every six months), and annually (every twelve months).
- The contractor must not remove any equipment without express written consent from the IHS representative or Clinical Engineering.
- Documentation of all services performed must be provided including service tickets/calibration records.

Place of Performance
Services will be performed at multiple facilities within the GPA IHS region including Pine Ridge Hospital in South Dakota, Rosebud Comprehensive Health Care Hospital in South Dakota, Quentin N. Burdick Memorial Health Care Facility in North Dakota, and Woodrow Wilson Keeble Memorial Health Care Center in South Dakota.

Overview

Response Deadline
Nov. 10, 2025, 1:00 p.m. EST Past Due
Posted
Oct. 10, 2025, 11:24 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Aberdeen, SD United States
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Sole Source
Signs of Shaping
62% of obligations for similar contracts within the Indian Health Service were awarded full & open.
On 10/10/25 Indian Health Service issued Synopsis Solicitation 75H70626Q00003 for Firm-Fixed-Price type for comprehensive service and support agreement for various imaging equipment manufactured by Hologic located at multiple facilities within the region served by the Great Plains Area Indian Health Service. due 11/10/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811210 (SBA Size Standard $34 Million) and PSC J065.
Primary Contact
Name
Mona Weinman   Profile
Phone
(605) 945-5427

Documents

Posted documents for Synopsis Solicitation 75H70626Q00003

Opportunity Assistant

Contract Awards

Prime contracts awarded through Synopsis Solicitation 75H70626Q00003

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 75H70626Q00003

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 75H70626Q00003

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 75H70626Q00003

Experts for Firm-Fixed-Price type for comprehensive service and support agreement for various imaging equipment manufactured by Hologic located at multiple facilities within the region served by the Great Plains Area Indian Health Service.

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > INDIAN HEALTH SERVICE > GREAT PLAINS AREA INDIAN HEALTH SVC
FPDS Organization Code
7527-00241
Source Organization Code
100188040
Last Updated
Nov. 25, 2025
Last Updated By
mona.weinman@ihs.gov
Archive Date
Nov. 25, 2025