Search Contract Opportunities

Printer Lease and Support   2

ID: 75H71325Q00042 • Type: Synopsis Solicitation • Match:  85%
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:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 22, 2025, 11:32 a.m. EDT

Request for Quote 75H71325Q00042 is hereby amended to clarify that ATTACHMENT 2 - IHS IEE REPRESENTATION FORM is not required for all offerors.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation no. 75H71325Q00042 has been issued as a Request for Quotation (RFQ) for a firm fixed price commercial supply contract provide the lease of and support for seven (7) multifunction devices (MFDs). See ATTACHMENT 3 - PRINTER LEASE - SPECIFICATION SHEET for additional details regarding performance requirements under the resulting contract. This is a new requirement. There is no incumbent. The performance period includes a base period of one (1) year and four (4) option periods of one (1) year each. The anticipated start date is in September 2025. The delivery location and place of acceptance is Chemawa Indian Health Center, Salem, Oregon, 97305, F.O.B. Destination.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 dated August 7, 2025. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: price and past performance. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition and these clauses:

FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://www.acquisition.gov. 52.202-1, Definitions (Jun 2020), 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021), 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023), 52.204-13, System for Award Management Maintenance (Oct 2018), 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020), 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023), 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (Jan 2025), 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020), 52.222-3, Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Sept 2016), 52.222-35, Equal Opportunity for Veterans (Jun 2020), 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020), 52.222-37, Employment Reports on Veterans (Jun 2020), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50, Combating Trafficking in Persons (Nov 2021), 52.223-6, Drug-Free Workplace (May 2001), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021), , 52.229-3, Federal, State, and Local Taxes (Feb 2013), 52.229-4, Federal, State, and Local Taxes (State and Local Adjustments) (Feb 2013), 52.232-1, Payments (Apr 1984), 52.232-8, Discounts for Prompt Payment (Feb 2002), 52.232-17, Interest (May 2014), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018), 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023), 52.233-1, Disputes (May 2014), 52.233-3, Protest after Award (Aug 1996), 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 52.237-3, Continuity of Services (Jan 1991)

FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov. 52.204-7, System for Award Management (Nov 2024), 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020), 52.209-7, Information Regarding Responsibility Matters (Oct 2018)

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.

DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES: 352.239-73, Electronic and Information Technology Accessibility Notice (Dec 2015), 352.239-74, Electronic and Information Technology Accessibility (Dec 2015)

This requirement is set-aside exclusively for small business concerns. The NAICS code is 532420 and the small business size standard is $40 million.

ATTACHMENTS

ATTACHMENT 1 - SCHEDULE OF ITEMS

ATTACHMENT 2 - IHS IEE REPRESENTATION FORM

ATTACHMENT 3 - PRINTER LEASE - SPECIFICATION SHEET

ATTACHMENT 4 - WAGE DETERMINATION

QUOTATION INSTRUCTIONS:

(a) The basis for award is lowest price technically acceptable (LPTA). Award will be made to the responsible offeror whose quote conforming to the solicitation is made at the lowest price. Each offeror will submit completed copies of ATTACHMENT 1 - SCHEDULE OF ITEMS.

(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 prices of individual options are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) IHS IEE Representation form. Indian Economic Enterprises may submit a completed copy of ATTACHMENT 2 - IHS IEE REPRESENTATION FORM.

(d) 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.

(e) Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Quotes are due by

August 28, 2025 at 5:00 PM PDT by email to jacob.blalock@ihs.gov and PORAOAcquisition@ihs.gov. E-mail subject line shall include the solicitation number 75H71325Q00042 - VENDOR NAME . For information regarding this solicitation, contact Jacob Blalock by email at jacob.blalock@ihs.gov and copy PORAOAcquisition@ihs.gov. Questions by telephone will not be considered.

Posted: Aug. 20, 2025, 6:54 p.m. EDT
Background
The Indian Health Service (IHS), part of the Department of Health and Human Services, is issuing this solicitation to meet its mission of providing comprehensive health services to American Indians and Alaska Natives.

The goal of this contract is to lease and support seven multifunction devices (MFDs) to enhance operational efficiency at the Chemawa Indian Health Center in Salem, Oregon. This is a new requirement with no incumbent contractor.

Work Details
The contractor will be responsible for providing the lease of seven multifunction devices (MFDs) along with necessary support services. Specific tasks include:
- Delivery, installation, and setup of the MFDs at the designated location.
- Ongoing maintenance and support for the devices throughout the contract period.
- Ensuring that all devices meet performance specifications outlined in ATTACHMENT 3 - PRINTER LEASE - SPECIFICATION SHEET.
- Providing training for staff on the use of MFDs as needed.
- Managing service requests and ensuring timely responses to any issues that arise during the lease period.

Period of Performance
The contract will have a base period of one year, with four additional option periods of one year each, allowing for a total potential performance duration of up to five years.

Place of Performance
The contract will be performed at Chemawa Indian Health Center, located in Salem, Oregon, 97305.

Overview

Response Deadline
Aug. 28, 2025, 8:00 p.m. EDT Past Due
Posted
Aug. 20, 2025, 6:54 p.m. EDT (updated: Aug. 22, 2025, 11:32 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
OR 97305 United States
Source

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
Signs of Shaping
The solicitation is open for 8 days, below average for the Indian Health Service. 73% of obligations for similar contracts within the Indian Health Service were awarded full & open.
On 8/20/25 Indian Health Service issued Synopsis Solicitation 75H71325Q00042 for Printer Lease and Support due 8/28/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 532420 (SBA Size Standard $40 Million) and PSC W074.
Primary Contact
Name
Jacob Blalock   Profile
Phone
(503) 304-7661
Fax
(503) 304-7677

Documents

Posted documents for Synopsis Solicitation 75H71325Q00042

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 75H71325Q00042

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 75H71325Q00042

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 75H71325Q00042

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > INDIAN HEALTH SERVICE > PORTLAND AREA INDIAN HEALTH SERVICE
FPDS Organization Code
7527-00248
Source Organization Code
100188048
Last Updated
Aug. 22, 2025
Last Updated By
sheila.denny@ihs.gov
Archive Date
Sept. 12, 2025