Skip to content
Department of Health and Human Services

Firm-Fixed Price, Non-Personal Service Type, Commercial Item, Purchase Order

Solicitation: 75H70626-00068
Notice ID: c2c459a241bc452989c23c8acc8eda5d

Combined Synopsis Solicitation from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: SD. Response deadline: Mar 18, 2026. Industry: NAICS 325120 • PSC 6835.

Market snapshot

Awarded-market signal for NAICS 325120 (last 12 months), benchmarked to sector 32.

12-month awarded value
$517,099,607
Sector total $1,486,643,123 • Share 34.8%
Live
Median
$503,193
P10–P90
$66,182$2,258,065
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
34.8%
share
Momentum (last 3 vs prior 3 buckets)
+164468%($516,471,558)
Deal sizing
$503,193 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
Eagle Butte, South Dakota • 57625 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
SD20260007 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Buffalo
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
SD20260006 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Brown
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
SD20260023 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Bon Homme, Clay, Davison +7
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe & Mechanical System Insulation)
Base $55.34Fringe $34.03
Rate
BRICKLAYER
Base $38.16Fringe $5.59
Rate
ELEVATOR MECHANIC
Base $56.30Fringe $38.43
+13 more occupation rates in this WD

Point of Contact

Name
Wenda Wright
Email
wenda.wright@ihs.gov
Phone
6052267724

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 325120

Description

A.    This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Non-Personal Service Type, Commercial Item, Purchase Order, in response to Request for Quote (RFQ) 75H70626Q00068. Award will be made on an “all-or-none” basis. A notice of Intent to Award Sole Source (Notice ID: 1519228) was posted from 1/7/2026 through 1/23/2026 with no responses received.

This acquisition is not set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

B.    The 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 SF-1449 and Price Schedule. Lowest Price Technically Acceptable

This acquisition is to provide Medical Gas Services (Oxygen and Air Filters). This is a 100% Unrestricted set-aside. The associated NAICS Code is 325120, which has a small business standard of 1,200 employees. The period of performance will be Date of Award through One (1) year plus Four Option Years.

C.    Supply/Service will be provided for the Cheyenne River Health Center, 24276 166th St., Eagle Butte, South Dakota 57625.

D.    Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable, including below.

E.    FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Deviation November 2025).

    Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:
1.    Solicitation number RFQ 75H70626Q00068.
2.    Closing Date: March 18, 2026 at 12:00 pm CST
3.    Name, address and telephone number of company and email address of contact person.
4.    Technical description of the site/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.    Terms of any express warranty
6.    Price and any discount terms
7.    “Remit to” address, if different than mailing address.
8.    Acknowledgment of Solicitation Amendments (if any issued)
9.    Statement stating ability to meet qualifications and the requirements of the Statement of Work
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)
11.    A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required information, or reject the terms and conditions of the solicitation may be excluded from consideration.

F.    FAR 52.212-2 Evaluation - Commercial Products and Commercial Services (Deviation November 2025)

Basis of award is Lowest Price, Technically Acceptable “LPTA” offer. The Government will not use the formal source selection procedures described in FAR part 15. The Government will evaluate offers utilizing the procedures of FAR 12.203 Evaluation. Offers will be evaluated for acceptability, but not ranked using the non-price factors/sub-factors. All non-price factors and sub-factors will be rated as either “acceptable” or “unacceptable”. The Government intends to evaluate and make award without discussion with the offerors other than minor clarifications, unless discussions are determined to be necessary. A decision on the technical acceptability of each offeror’s quotations will be made. For those offeror’s which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. 

(a) The LPTA evaluation process will be accomplished as follows - Technical Acceptability will be comprised of three subfactors: 1.) Meeting all areas under the “Scope of Work”; 2.) Past Performance; and, 3.) Price. 

1.)    Each offeror’s technical quotations will be evaluated to determine if the offeror provides a sound, compliant approach that meets the requirements of the “Scope of Work” and “Contractor Submittal Requirements”. In addition, Contractors shall provide the “Contractor Submittal Requirements”. Submittals have no format requirement but shall contain the following to be considered technically acceptable:
•    Monthly and annual cost of all medical and non-medical bottled gas tanks rental.
•    Total cost for the gases associated with the listed quantities.
•    Total cost for tank rental charges associated with the listed quantities.
•    Total cost for the contract period.
•    Material Safety Data Sheet (MSDS) for the oxygen, liquid nitrogen, acetylene, and argon.
•    Minimum of two verifiable references of past performance.

2.)    Past Performance: The offeror shall provide a list of contracts under which they have performed same or similar services to this RFQ requirement within the last three (3) years. The Government shall assess the offeror’s ability to perform the effort described in the Request for Quote (RFQ). The assessment process will result in an overall technical rating of Acceptable/Non Acceptable or Neutral/Unknown. Offerors with no relevant past or present performance history shall receive the rating “neutral or unknown”, meaning the rating is treated neither favorably nor unfavorably. 

3.)    Price: The Price Schedule must be completed for all line items and all option years and will be evaluated as to completeness and reasonableness.

(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. The evaluation of options does not obligate the Government to exercise the option(s). 

(c) Notice of Award. A written notice of award or acceptance of an offer 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.

I.    Offers will be accepted electronically, Submit via e-mail to the following:
Great Plains Area Indian Health Service
Attn: Wenda Wright, Contract Specialist
115 4th Ave. SE
Aberdeen, SD 57401
Email: wenda.wright@ihs.gov

Questions in regards to this solicitation shall be submitted in writing by either email no later than March 16, 2026, 12:00pm CST. Contractors will need a UEI number, TIN number, and be registered with www.sam.gov.

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 90 days from the date of receipt by the Government.

Quotation must set forth full, accurate and complete information as required by the RFQ and be returned no later than the date referenced.  All required information must be submitted in order to be considered responsive and eligible for award.

No contract award shall be made to any vendor listed on the OIG Exclusions List at http://exclusions.org.hhs.gov throughout the duration of the contract.

Contractor must be registered with the System for Award Management (SAM) at www.sam.gov 

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

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.