Skip to content
Department of Health and Human Services

Food Delivery Services Rosebud IHS Hospital

Solicitation: 75H70626Q00073
Notice ID: 1a670685546c4abdbe7c8c58b318acf5

Combined Synopsis Solicitation from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: SD. Response deadline: May 04, 2026. Industry: NAICS 311991 • PSC 8905.

Market snapshot

Awarded-market signal for NAICS 311991 (last 12 months), benchmarked to sector 31.

12-month awarded value
$281,703,045
Sector total $1,728,154,336 • Share 16.3%
Live
Median
$69,661
P10–P90
$13,932$125,391
Volatility
Volatile160%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
16.3%
share
Momentum (last 3 vs prior 3 buckets)
+1129%($239,301,544)
Deal sizing
$69,661 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 SD
Live POP
Place of performance
Rosebud, South Dakota • 57570 United States
State: SD
Contracting office
Aberdeen, SD • 57401 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
SD20260001 (Rev 0)
Match signal: state matchOpen WD
Published Jan 30, 2026South Dakota • Aurora, Beadle, Bennett +63
Rate
ELECTRICIAN
Base $35.43Fringe $8.69
Rate
IRONWORKER Group 1
Base $26.93Fringe $0.00
+15 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 15 more rate previews.
Davis-BaconBest fitstate match
SD20260001 (Rev 0)
Open WD
Published Jan 30, 2026South Dakota • Aurora, Beadle, Bennett +63
Rate
ELECTRICIAN
Base $35.43Fringe $8.69
Rate
IRONWORKER Group 1
Base $26.93Fringe $0.00
Rate
Group 2
Base $28.97Fringe $0.00
+14 more occupation rates in this WD
Davis-Baconstate match
SD20260021 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Beadle, Clark, Day +13
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe & Mechanical System Insulation)
Base $55.34Fringe $34.03
Rate
CARPENTER (Drywall Hanging and Metal Stud Installation Only)
Base $36.34Fringe $17.15
Rate
ELEVATOR MECHANIC
Base $56.30Fringe $38.43
+14 more occupation rates in this WD
Davis-Baconstate match
SD20260031 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • McCook, Turner
Rate
BRICKLAYER
Base $41.90Fringe $4.94
Rate
CARPENTER (Drywall Finishing/Taping, Drywall Hanging and Metal Stud Installation Only)
Base $36.34Fringe $17.15
Rate
ELEVATOR MECHANIC
Base $56.30Fringe $38.43
+13 more occupation rates in this WD
Davis-Baconstate match
SD20260030 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Union
Rate
BRICKLAYER
Base $41.90Fringe $4.94
Rate
CARPENTER (Drywall Finishing/Taping, Drywall Hanging and Metal Stud Installation Only)
Base $36.34Fringe $17.15
Rate
ELEVATOR MECHANIC
Base $56.30Fringe $38.43
+13 more occupation rates in this WD

Point of Contact

Name
Jarrod Cole
Email
jarrod.cole@ihs.gov
Phone
6057470402

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
INDIAN HEALTH SERVICE
Subagency
GREAT PLAINS AREA INDIAN HEALTH SVC
Office
Not available
Contracting Office Address
Aberdeen, SD
57401 USA

More in NAICS 311991

Description

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; proposals are being requested and a written solicitation will not be issued.

  1. The Rosebud Indian Health Service (IHS) intends to award a Firm-Fixed Price, Commercial Item, Purchase Order, in response to Request for Quote (RFQ) 75H70626Q00073.
  2. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 01/08/2026.
  3. This RFQ is issued as an ISBEE small business set-aside and the associated NAICS Code is 311991, which has a small business standard of 700 employees.
  4. 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 Price Schedule for: (Brand Name or Equal) Per the attached SOW

  1. To provide food delivery services to support the mission of the Rosebud (IHS) Hospital.
  2. The period of performance will be 1 year from Date of Award.

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 RFQ 75H70626Q00073.
  2. Closing Date: February 09, 2026, at 11:00 am CST.
  3. Name, address and telephone number of company and email address of contact person.
  4. 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.
  5. Price and any discount terms.
  6. “Remit to” address, if different than mailing address.
  7. Acknowledgment of Solicitation Amendments (if any issued).
  8. 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).
  9. 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.              

Basis of award is Lowest Price, Technically Acceptable “LPTA” quote package. All of the above is required in order to be considered technically acceptable.

  1. FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (Nov 2021).

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price

Technical and past performance, when combined, are less important than price

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

(c) 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.

FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023) – See attachment; is incorporated by reference.

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

Offers will be accepted electronically, Submit via e-mail to the following:

Rosebud Indian Health Service

Attn: Jarrod Cole, Purchasing Agent

Email jarrod.cole@ihs.gov

Questions in regard to this solicitation shall be submitted in writing by email, no later than January 30, 2026 11:00pm CST.

Contractors will need your Unique Entity ID, TIN number, and be registered with www.sam.gov.

No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov throughout the duration of the contract. 

ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ.  In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government.

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 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.

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.