OPTUS SERVICE AGREEMENT
Combined Synopsis Solicitation from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: OK. Response deadline: Apr 07, 2026. Industry: NAICS 811210 • PSC Q999.
Market snapshot
Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 811210
Description
Combined Synopsis/Solicitation RFQ # IHS1524836
Page 1 of 4
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 the only
solicitation; quotes are being requested in response to this notice and a written solicitation
will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ)#
IHS1523145. Submit only written quotes for. This solicitation is a 100% BUY INDIAN
SET-ASIDE. The associated NAICS code is 811210.
This RFQ contains Fifteen (15) Line Item:
CLIN DESCRIPTION QTY UNIT UNIT
PRICE
TOTAL
0001 BASE YEAR –04/15/2026 – 04/14/2027 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
CLINTON OPTOS SITE #15304.
12 MO
0002 BASE YEAR –04/15/2026 – 04/14/2027 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
EL RENO OPTOS SITE #15575.
12 MO
0003 BASE YEAR –04/15/2026 – 04/14/2027 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
WATONGA OPTOS SITE #15570.
12 MO
0004 OPTION PERIOD ONE –04/15/2027 – 04/14/2028 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
CLINTON OPTOS SITE #15304.
12 MO
0005 OPTION PERIOD ONE –04/15/2027 – 04/14/2028 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
EL RENO OPTOS SITE #15575.
12 MO
0006 OPTION PERIOD ONE –04/15/2027 – 04/14/2028 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
WATONGA OPTOS SITE #15570.
12 MO
0007 OPTION PERIOD TWO –04/15/2028 – 04/14/2029 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
CLINTON OPTOS SITE #15304.
12 MO
0008 OPTION PERIOD TWO –04/15/2028 – 04/14/2029 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
EL RENO OPTOS SITE #15575.
12 MO
0009 OPTION PERIOD TWO –04/15/2028 – 04/14/2029 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
WATONGA OPTOS SITE #15570.
12 MO
0010 OPTION PERIOD THREE –04/15/2029 – 04/14/2030 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
CLINTON OPTOS SITE #15304.
12 MO
0011 OPTION PERIOD THREE –04/15/2029 – 04/14/2030 – 12 MO
Combined Synopsis/Solicitation RFQ # IHS1524836
Page 2 of 4
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
EL RENO OPTOS SITE #15575.
0012 OPTION PERIOD THREE –04/15/2029 – 04/14/2030 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
WATONGA OPTOS SITE #15570.
12 MO
0013 OPTION PERIOD FOUR –04/15/2030 – 04/14/2031 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
CLINTON OPTOS SITE #15304.
12 MO
0014 OPTION PERIOD FOUR–04/15/2030 – 04/14/2031 –
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
EL RENO OPTOS SITE #15575.
12 MO
0015 OPTION PERIOD FOUR –04/15/2030 – 04/14/2031–
MONTHLY SERVICE AGREEMENT SUPPORT TO THE
WATONGA OPTOS SITE #15570.
12 MO
PERIOD OF PERFORMANCE: BASE YEAR 04/15/2026 – 04/14/2027 PLUS FOUR OPTON
PERIODS
Vendor Requirements: SEE ATTACHED STATEMENT OF WORK
Submit Quotes no later than: 04/07/2026 @ 10AM CST to the Following Point of Contact:
Misti Bussell, Contract Specialist via Email: misti.bussell@ihs.gov
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price 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:
Lowest Price Technically Acceptable
The following factors shall be used to evaluate quotes:
1) Pricing
2) Technical
Pricing – The government will add all 5 years of pricing for a cumulative total. Pricing will be
compared to the government’s independent government cost estimate. A baseline for a
Satisfactory rating shall be utilized from the government’s IGCE.
Technical Capabilities shall be evaluated based on understanding of the Statement of Work,
and planned execution of the project.
Combined Synopsis/Solicitation RFQ # IHS1524836
Page 3 of 4
-Vendor shall provide on-site Emergency and Planned Maintenance support during the
term of the Agreement. At each planned maintenance visit, Contractor will perform all planned
maintenance per Optos System Service Manual.
- At each Emergency Service event, Contractor will repair the system including parts as
required to a fully functioning state.
- Contractor shall be able to provide letter of consent from Optos stating services are
authorized for the Contractor Business to provide services with most current date.
- Contractor must be available to service Daytona AF system and equipment in rural
western Oklahoma.
- Parts, Labor, Travel and Living, and Operating Software: Parts, Labor, Travel and Living
Expense and Contractor Software are covered by this Agreement.
- Vendor shall have an online site that provides DOT manifest training for EVS staff and
manifest records.
- Contractor will provide parts and operating software installations necessary to service
and maintain Daytona AF systems and equipment
CLAUSES AND HHSAR: The following FAR clauses and HHSAR apply to this solicitation:
SECTION C CONTRACT CLAUSES
52.212-4 CONTRACT TERMS AND CONDITIONS- COMMERCIAL PRODUCTS AND
COMMERCIAL SERVICES (NOV 2023)
52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020) Alternate I (Nov
2021)
52.203-17, Contractor Employee Whistleblower Rights (Nov 2023)
52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011)
52.204-13, System for Award Management Maintenance (Oct 2018)
52.207-5, Option to Purchase Equipment (Feb 1995)
52.209-6, Protecting the Government's Interest When Subcontracting With Contractors
Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (Deviation Date)
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.217-8, Option to Extend Services (Nov 1999)
52.217-9, Option to Extend the Term of the Contract (Mar 2000)
52.219-6, Notice of Total Small Business Set-Aside (Deviation Date)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Deviation Date)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
52.222-50, Combating Trafficking in Persons (Deviation Date)
52.223-5, Pollution Prevention and Right-to-Know Information (May 2024)
Combined Synopsis/Solicitation RFQ # IHS1524836
Page 4 of 4
52.223-23, Sustainable Products and Services (DEVIATION DATE)
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)
52.233-3, Protest after Award (Deviation Date)
52.233-4, Applicable Law for Breach of Contract Claim (Deviation Date)
52.237-3, Continuity of Services (Jan 1991)
52.240-91, Security Prohibitions and Exclusions (Deviation Date)
52.240-93, Basic Safeguarding of Covered Contractor Information Systems (Deviation Date)
52.244-6, Subcontracts for Commercial Products and Commercial Services (Deviation Date)
352.224-71, Confidential Information (Feb 2024 Deviation)
352.237-73, Indian Child Protection and Family Violence Act (Dec 2015)
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE
ELECTRONIC SUBMISSION. (misti.bussell@ihs.gov)
All contractors must be registered in the System for Award Management database located
at https://www.sam.gov/sam/ prior to any contract award. Please submit the following
information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification
Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date
quote expires, warranty, total price for each line item, total quote price, and technical
documentation in sufficient detail to determine technical acceptability. Failure to provide
sufficient technical detail may result in rejection of your quote.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.