Skip to content
Department of Health and Human Services

FBSU SHARP Copier Maintenance & Supply Service

Solicitation: 75H70926BAO-034-SS
Notice ID: 1972226333744834b430b6244eeb6f8c

Sources Sought from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MT. Response deadline: Mar 31, 2026. Industry: NAICS 811210 • PSC J074.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$219,050,626
Sector total $372,650,811 • Share 58.8%
Live
Median
$97,690
P10–P90
$27,905$429,355
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
58.8%
share
Momentum (last 3 vs prior 3 buckets)
-83%(-$154,585,991)
Deal sizing
$97,690 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MT
Live POP
Place of performance
Harlem, Montana • 59526 United States
State: MT
Contracting office
Billings, MT • 59107 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MT20260080 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Montana • Beaverhead, Big Horn, Blaine +52
Rate
CARPENTER Carpenter
Base $36.49Fringe $14.33
Rate
Millwright
Base $40.45Fringe $21.25
+25 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 25 more rate previews.
Davis-BaconBest fitstate match
MT20260080 (Rev 1)
Open WD
Published Jan 30, 2026Montana • Beaverhead, Big Horn, Blaine +52
Rate
CARPENTER Carpenter
Base $36.49Fringe $14.33
Rate
Millwright
Base $40.45Fringe $21.25
Rate
CEMENT MASON/CONCRETE FINISHER
Base $33.41Fringe $16.51
+24 more occupation rates in this WD
Davis-Baconstate match
MT20260032 (Rev 1)
Open WD
Published Jan 30, 2026Montana • Flathead
Rate
Heat and Frost Insulator
Base $43.81Fringe $21.87
Rate
BOILERMAKER
Base $38.75Fringe $32.31
Rate
BRICKLAYER
Base $33.11Fringe $16.69
+23 more occupation rates in this WD
Davis-Baconstate match
MT20260039 (Rev 1)
Open WD
Published Jan 30, 2026Montana • Lake
Rate
Heat and Frost Insulator
Base $43.81Fringe $21.87
Rate
BOILERMAKER
Base $38.75Fringe $32.31
Rate
BRICKLAYER
Base $33.11Fringe $16.69
+21 more occupation rates in this WD
Davis-Baconstate match
MT20260078 (Rev 1)
Open WD
Published Jan 30, 2026Montana • Lake, Lincoln, Mineral +2
Rate
ELECTRICIAN
Base $41.21Fringe $17.98
Rate
POWER EQUIPMENT OPERATOR: (Zone 1) (1) A-frame truck Crane, oiler (except crane)
Base $23.47Fringe $10.40
Rate
Crane Oiler,Bulldozer, Roller (Dirt and Grade Compaction)
Base $23.94Fringe $10.40
+17 more occupation rates in this WD

Point of Contact

Name
Vincent Hansen
Email
Vincent.Hansen@ihs.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
INDIAN HEALTH SERVICE
Subagency
BILLINGS AREA INDIAN HEALTH SVC
Office
Not available
Contracting Office Address
Billings, MT
59107 USA

More in NAICS 811210

Description

SOURCES SOUGHT NOTICE

FBSU SHARP Copier Maintenance & Supply Service

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable.
The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs), Indian Economic Enterprises (IEE), and any other category of vendor capable of performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached).
Consistent with the revised Buy Indian Act, HHS/IHS adopted the definition of an Indian Economic Enterprise (IEE) set forth in 48 CFR 1480.201. This definition includes the following requirement, amongst others: “the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract.”
Instructions for submission are outlined further below.
DEFINITIONS
INDIAN ECONOMIC ENTERPRISE (IEE):
Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that:
• The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%;
• The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must, together, receive at least 51% of the earnings from the contract; and
• The management and daily business operations must be controlled by one or more individuals who are Indians
DESCRIPTION OF REQUIREMENT
NAICS:
811210 - Electronic and Precision Equipment Repair and Maintenance
Duration:
Base Year plus four (4) Option Years
Requirements Statement:

Sharp Copier Maintenance and Supply Services
The Contractor shall provide comprehensive maintenance, diagnostic, and supply support services for Sharp copiers located at the Fort Belknap Service Unit; Harlem MT. Services shall ensure all equipment remains fully operational, reliable, and supported in a timely and efficient manner.
Task 1: Remote Diagnostic and Maintenance Services
The Contractor shall first attempt to perform diagnostic and maintenance services remotely. Remote support shall include troubleshooting, system diagnostics, and resolution of equipment issues using authorized remote access tools. The objective is to minimize downtime and reduce the need for on-site visits whenever possible.
Task 2: On-Site Maintenance Services
When remote resolution is not feasible, the Contractor shall provide on-site maintenance services during normal business hours for each copier covered under maintenance agreement. On-site services shall include repair, inspection, adjustment, and preventive maintenance necessary to restore equipment to full operational status.
Task 3: Supplies and Replacement Services
The Contractor shall provide all necessary consumables and replacement parts required for proper copier operation. This includes, but is not limited to, toner cartridges, waste toner containers, and fuser units. The Contractor shall ensure timely delivery and installation (as applicable) of all supplies to prevent service interruptions.
Performance Requirements:
All services shall be performed by qualified and authorized technicians.
INSTRUCTIONS TO INDUSTRY
ISBEEs are highly encouraged to respond to this notice. However, firms must also understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. To be considered a capable source, responses must directly demonstrate the company’s capability, experience, and ability to provide services as shown below.
Your Response shall include, but not limited to:
• Number of years of experience in Copier Maintenance Services
• List of past jobs/contracts of Copier Maintenance Services
• Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement:
o How, as the prime IEE, will your company receive at least 51% of the earnings from the awarded contract, or together with the subcontractor if the same category, receive a combined 51% of the earnings from the contract
o How, as the prime IEE or together with the subcontractor if the same category, will management and daily operations be controlled by one or more individuals who are Indians.
Failure to address these items in your capability statement could exclude your firm from being determined a capable ISBEE source.
If you are interested in this contracting opportunity, please respond by email to: Vincent.Hansen@ihs.gov.
Submit the capability response as instructed above and include a copy of the Buy Indian Act Indian Economic Enterprise Representation Form. It is recommended to include the sources sought ID in the subject line. Sources Sought ID: 75H70926BOA-34-SS. Responses received to this notice will assist in determining the acquisition strategy of the requirement.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.