Skip to content
Department of Health and Human Services

BPA for Surgical Instruments to include repairs & maintenance services

Solicitation: 246-26-Q-0014A
Notice ID: d4535edd7649414f9528fc34556a8da9

Combined Synopsis Solicitation from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: OK. Response deadline: Apr 23, 2026. Industry: NAICS 811210 • PSC 6515.

Market snapshot

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

12-month awarded value
$224,036,035
Sector total $379,053,307 • Share 59.1%
Live
Median
$95,090
P10–P90
$31,891$422,834
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
59.1%
share
Momentum (last 3 vs prior 3 buckets)
-80%(-$149,600,581)
Deal sizing
$95,090 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 OK
Live POP
Place of performance
Clinton, Oklahoma • 73601 United States
State: OK
Contracting office
Oklahoma City, OK • 73114 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
OK20260048 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Oklahoma • McClain
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
+39 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 39 more rate previews.
Davis-BaconBest fitstate match
OK20260048 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • McClain
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD
Davis-Baconstate match
OK20260047 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Logan
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD
Davis-Baconstate match
OK20260046 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Lincoln
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD
Davis-Baconstate match
OK20260054 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Le Flore, Sequoyah
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
ELECTRICIAN
Base $30.03Fringe $14.03
Rate
POWER EQUIPMENT OPERATOR: Group 1
Base $38.09Fringe $19.05
+23 more occupation rates in this WD

Point of Contact

Name
Misti Bussell
Email
misti.bussell@ihs.gov
Phone
9183426235

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
INDIAN HEALTH SERVICE
Subagency
INDIAN HEALTH SERVICE
Office
Not available
Contracting Office Address
Oklahoma City, OK
73114 USA

More in NAICS 811210

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

Solicitation number 246-26-Q-0014A is issued as a request for quotation (RFQ), for BPA Stainless Steel Surgical Equipment Repairs/Sharpening.

This acquisition is 100% SMALL BUSINESS SET-ASIDE. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

The product service code (PSC) for this acquisition is 6515 and the North American Industry Classification System (NAICS) code is 811210.

This RFQ contains ________ Line Items:

PLEASE SEE ATTACHED PRICING LIST 1 and PRICING LIST 2. BOTH MUST BE FILLED OUT AND PRICED TO BE CONSIDERED AND IN THE EXACT ORDER AS ATTACHED WITH NO ALTERATIONS. 

PERIOD OF PERFORMANCE: 05/01/2026 – 04/30/2031 FIVE YEARS

LOCATION:

Clinton Indian Health Center, 10321 N 2274 Rd Clinton, OK 73601

El Reno Indian Health Center, 1801 Parkview Dr El Reno, OK 73036

Watonga Indian Health Center, 1305 S Clarence Nash Blvd, Watonga, OK 73772

Lawton Indian Hospital 1515 NE Lawrie Tatum Rd, Lawton, OK 73507

Anadarko Indian Health Center, 201 E Parker McKenzie Dr, Anadarko, OK 73005

Carnegie Indian Health, 212 E 4th St, Carnegie, OK 73015

Pawnee Indian Health Center, 1201 Heritage Cir Pawnee OK 74058. 

Vendor Requirements:   SEE ATTACHED STATEMENT OF WORK

Submit Quotes no later than: 04/23/2026 10:00a.m. CDT  to the Following Point of Contact: Misti Bussell, Contract Specialist, via Email: misti.bussell@ihs.gov.

Evaluation: FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services. (Deviation Date)

(a) Evaluation factors. 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 will be used to evaluate offers:

LOWEST PRICE TECHNICALLY ACCEPTABLE

Price is more important than other factors combined.

Price: The Government will add all five years of pricing for a cumulative total for Schedule Pricing List 1 and the first 100 items on Schedule Pricing List 2. Pricing will be compared to the government’s independent cost estimate. A baseline for a Satisfactory rating shall be utilized from the Government’s IGCE.

Technical: shall be evaluated based on understanding of the Statement of Work and planned execution of the service.

Past Performance: Please provide 3 references of similar work.

(b) Options (if applicable). 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.

The Government contemplates award of a BPA Stainless Steel Surgical Equipment Repairs/Sharpening contract resulting from this solicitation pursuant to the terms and conditions below.  Terms and conditions other than those stated will not be accepted.  The above pricing is all inclusive. 

VENDORS SHALL SUBMIT THE FOLLOWING:

COMPLETED PRICE SCHEDULE

COMPLETED IEE FORM

ADDITIONAL DOCUMENTS NEEDED IN ORDER TO DETERMINE ABILITY TO MEET THE TECHNICAL REQUIREMENTS

PROVIDE PAST PERFORMANCES

PROVISIONS/CLAUSES: The following FAR and HHSAR provisions/clauses apply to this solicitation:

SECTION C CONTRACT CLAUSES

FAR 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)

52.203-16, Preventing Personal Conflicts of Interest (Jun 2020)

52.203-17, Contractor Employee Whistleblower Rights  (Nov 2023)

52.204-13, System for Award Management Maintenance (Deviation Date)

52.204-14, Service Contract Reporting Requirements (Deviation Date)

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)

52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Deviation Date)

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Deviation Date)

52.217-8, Option to Extend Services (Nov 1999)

52.217-9, Option to Extend the Term of the Contract (Mar 2000)

52.219-8, Utilization of Small Business Concerns (Deviation Date)

52.222-3, Convict Labor (Deviation Date)

52.222-19, Child Labor-Cooperation with Authorities and Remedies (Deviation Date)

52.222-35, Equal Opportunity for Veterans (Deviation DATE)

52.222-36, Equal Opportunity for Workers with Disabilities (Deviation Date)

52.222-37, Employment Reports on Veterans (Deviation DATE)

52.222-50, Combating Trafficking in Persons (Deviation Date)

52.223-23, Sustainable Products and Services (DEVIATION DATE)

52.224-1, Privacy Act Notification (Apr 1984)

52.224-2, Privacy Act (Apr 1984)

52.224-3, Privacy Training (Jan 2017)

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)

52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)

52.237-3, Continuity of Services (Jan 1991)

52.240-91, Security Prohibitions and Exclusions (Deviation Date)

52.242-13, Bankruptcy (July 1995)

52.244-6, Subcontracts for Commercial Products and Commercial Services (Deviation Date)

FAR 52.252-2 CLAUSE INCORPORATED BY REFERENCE (FEB 1998)

HHSAR CLAUSES

 352.203-70, Anti-Lobbying (Dec 2015)

352.224-71, Confidential Information (Feb 2024 Deviation)

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 when submitting an offer or quotation.  Please submit the following information with each quote: Vendor Name, Cage Code, UEI, 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 insufficient detail to determine technical acceptability.  Failure to provide sufficient technical details 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.

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.