Skip to content
Department of Health and Human Services

Sources Sought Notice: Provide cleaning services for dust mops, rugs for main facility, annex, and Wellness Center at the Fort Thompson Indian Health Center Fort Thompson SD

Solicitation: IHS1519317-FTHC
Notice ID: b58dee0e00c94bd286f6020251764d87

Sources Sought from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: SD. Response deadline: Feb 13, 2026. Industry: NAICS 812320 • PSC S209.

Market snapshot

Awarded-market signal for NAICS 812320 (last 12 months), benchmarked to sector 81.

12-month awarded value
$730,600
Sector total $250,450,224 • Share 0.3%
Live
Median
$365,300
P10–P90
$333,700$396,900
Volatility
Stable17%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($730,600)
Deal sizing
$365,300 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
Fort Thompson, South Dakota • 57339 United States
State: SD
Contracting office
Aberdeen, SD • 57401 USA

Point of Contact

Name
Mitchell Franklin
Email
mitchell.franklin@ihs.gov
Phone
6052451597
Name
Mavis Cheney
Email
mavis.cheney@ihs.gov
Phone
6052451558

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 812320

Description

Sources Sought: Great Plains Area - The Fort Thompson Health Center is seeking services for Dust mop and rug cleaning services in Fort Thompson , SD 57601.

Sources Sought Notice Number: IHS1519317-FTHC

This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.

This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE}, Indian Economic Enterprises (IEE}.

Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 812320, Drycleaning and Laundry Services (Except Coin-Operated)

BACKGROUND: Fort Thompson Health Center 1323 BIA Route 4 Fort Thompson SD 57339

PAYMENT:

The "Unit Price" is an all-inclusive cost. All "inclusive cost" is defined to include travel, lodging, per diem, fringe benefits, i.e., life insurance, social security, federal, state, and local taxes, plus all other costs pertinent to the performance of this contract.

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 Treasurys 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.

The Government reserves the right to accept or reject services, if the level of performance is unacceptable.

CAPABILITY STATEMENT/INFORMATION:

Interested parties shall submit capability via email to Mitchell Franklin, CORII,  at mitchell.franklin@ihs.gov. Mavis Cheney at mavis.cheney@ihs.gov. Must include Sources Sought Number IHS1519317-FTHC in the Subject line. The due date for receipt of statements is February 27th, 2026 4:30 p.m. Central Standard Time.

All responses must be received by the specified due date and time in order to be considered.

This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.

IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should

such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.

Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.

OBJECTIVE

The primary objective of sources sought is to secure adequate market research for the identified need.

Discription of Items needed:

Dust mops, rugs

TYPE OF ORDER:

This is a firm fixed price potential award.

Interested parties are expected to review this notice to familiarize themselves with the project's requirements. Failure to do so will be at your firm's own risk. The following information shall be included in the capability statement:

  1. Company Name and Company SAM Unique Entity Identifier {UEI) number.
  2. System for Award Management {SAM) registration status. All respondents must register on the SAM located at http://www.sa m.gov .
  3. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.
  4. Date submitted.
  5. Applicable company GSA Schedule number or other available procurement vehicle.
  6. Business Size Standard of Company (i.e., small business, S(a), woman owned, veteran owned, etc.).
  7. Capability Statement: Detailed capability statement addressing

the company's qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

8. Geographic Coverage: Please identify the areas of the United States where your organization provides these supplies.

  1. Closing Statement

Point of Contact: Mitchell Franklin , CORII, at email: mitchell.franklin@ihs.gov or Mavis Cheney,  Purchasing Agent at email mavis.cheney@ihs.gov

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.