Great Plains Area Multiple Vendor Cost Per Reportable Result (CPRR) IDIQ contract for Automated Chemistry and Immunochemistry Instrumentation at five (5) IHS Hospitals and seven (7) IHS clinics

SOL #: 75H70626R00003Combined Synopsis/Solicitation

Overview

Buyer

Health And Human Services
Indian Health Service
GREAT PLAINS AREA INDIAN HEALTH SVC
ABERDEEN, SD, 57401, United States

Place of Performance

Aberdeen, SD

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

In Vitro Diagnostic Substances, Reagents, Test Kits And Sets (6550)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 3, 2025
2
Last Updated
Jan 20, 2026
3
Submission Deadline
Dec 18, 2025, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Contractors - please provide your GSA Schedule information (contract number, SIN, expiration date, etc.) in the submission.

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; proposals 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, 
non-personal service, Area-wide IDIQ Contract for Laboratory Analyzers w/Cost Per Reportable Result 
for IHS Health Care Facilities throughout the Great Plains Area in North and South Dakota in 
response to Request for Proposal (RFP) 75H70626R00003.
C. This solicitation document and incorporated provisions and clauses are those through Federal 
Acquisition Circular 2025-06 effective date October 1, 2025.
D. This RFP is issued as Unrestricted with associated NAICS Code of 325413; size standards in 
number of employees is 1,250.
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.
Period of Performance:  Base year with four (4), one (1) year option periods. Total Cost of 
Contract including option years: $  _____________________________________          
F. To provide analyzers and comprehensive maintenance service and support at multiple facilities 
within the GPA IHS region.
G. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023). 
Proposals shall be submitted on company letterhead stationery, signed, dated and it shall include:
1. Solicitation number: 75H70626R00003.
2.  Time specified for receipt of offers: December 2, 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 SF 1449
H.Basis of Award: Lowest Price Technically Acceptable.
FAR 13.106-2 Evaluation of quotations or offers.
(a) General.
(1) The contracting officer shall evaluate quotations or offers-
(i) In an impartial manner; and
(ii) Inclusive of transportation charges from the shipping point of the supplier to the delivery 
destination.
(2) Quotations or offers shall be evaluated on the basis established in the solicitation.
(3) All quotations or offers shall be considered (see paragraph (b) of this subsection).
(b) Evaluation procedures.
(1) The contracting officer has broad discretion in fashioning suitable evaluation procedures. The 
procedures prescribed in parts 14 and 15 are not mandatory. At the contracting officer’s 
discretion, one or more, but not necessarily all, of the evaluation procedures in part 14 or 15 may 
be used.
(2) If telecommuting is not prohibited, agencies shall not unfavorably evaluate an offer because it 
includes telecommuting unless the contracting officer executes a written determination in 
accordance with FAR 7.108(b).
(3) If using price and other factors, ensure that quotations or offers can be evaluated in an 
efficient and minimally burdensome fashion. Formal evaluation plans and establishing a competitive 
range, conducting discussions, and scoring quotations or offers are not required. Contracting 
offices may conduct comparative evaluations of offers. Evaluation of other factors, such as past 
performance-
(i) Does not require the creation or existence of a formal database; and
(ii) May be based on one or more of the following:
(A) The contracting officer’s knowledge of and previous experience with the supply or service being 
acquired;
(B) Customer surveys, and past performance questionnaire replies;
(C) The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or
(D) Any other reasonable basis.
(4) For acquisitions conducted using a method that permits electronic response to the solicitation, 
the contracting officer may-
(i) After preliminary consideration of all quotations or offers, identify from all quotations or 
offers received, one that is suitable to the user, such as the lowest priced brand name product, and quickly screen all lower priced quotations or offers based on readily discernible value indicators, such as past performance, warranty 
conditions, and maintenance availability; or
(ii) Where an evaluation is based only on price and past performance, make an award based on 
whether the lowest priced of the quotations or offers having the highest past performance rating 
possible represents the best value when compared to any lower priced quotation or offer.
I. FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial 
Services (Oct 2025)
J. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 
2023) Incorporated by Reference
K. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive 
Orders—Commercial Products and Commercial Services (Oct 2025)
L. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition 
Regulation (HHSAR) provisions and clauses that are incorporated by reference and in full text.
M. Submit quote 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 November 14, 2025, 12:00 pm CT.
N.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 (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.

Contracting Officer Authority
1. Authority
1.1. No person other than the Contracting Officer has authority to bind the Government with respect 
to this contract.
1.2. 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.
1.3. 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:
1.3.1. An understanding or agreement between the Contractor and anyone other than the Contracting 
Officer;
1.3.2. A purported modification or change order issued by anyone other than the Contracting 
Officer;
1.3.3. A promise by anyone other than the Contracting Officer to provide additional funding or make 
payments or
1.3.4. An order, direction, consent or permission from anyone other than the Contracting Officer 
to: incur cost in excess of a specified estimated amount cost, allotment of funds, or other 
ceiling; or Expand hours in excess of a specified of effort.
 

People

Points of Contact

Mona WeinmanPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Jan 20, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Dec 8, 2025
Version 3
Combined Synopsis/Solicitation
Posted: Dec 3, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Nov 3, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Nov 3, 2025
View