IHS Conference Room Norman, Oklahoma
Solicitation from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: OK. Response deadline: Feb 15, 2026. Industry: NAICS 721110 • PSC X1AB.
Market snapshot
Awarded-market signal for NAICS 721110 (last 12 months), benchmarked to sector 72.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 721110
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the Revolutionary FAR Overhaul (RFO) FAR part 12. This announcement constitutes the only solicitation. Quotes are being requested and a separate written solicitation will not be issued.
Solicitation number IHS1521949 is issued as a request for quotation (RFQ) for the OCAO Annual Dental Conference.
This acquisition is a 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.
The product service code (PSC) for this acquisition is X1AB Lease/Rental Of Conference Space And Facilities and the North American Industry Classification System (NAICS) code is 721110 Hotels (except Casino Hotels) and Motels, with a size standard of $40.0 million dollars.
This RFQ contains three (3) Line Items:
CLIN
ITEM
QUANTITY
UOM
UNIT PRICE
TOTAL PRICE
01
Meeting Space
1
EA
02
Audio Visual Equipment Rental
1
EA
03
Hotel Service Charge
1
EA
TOTAL ALL LINE ITEMS 3
PERIOD OF PERFORMANCE: 06/14/2026-06/18/2026
LOCATION: Within 30 miles by road of Oklahoma City Area Office, 701 Market Drive, Oklahoma City, OK
Vendor Requirements: The conference room must be able to support at least 200 people for each day of the event. SEE ATTACHED STATEMENT OF WORK FOR ADDITIONAL REQUIREMENTS.
Submit Quotes no later than: 02/13/2026 2:00p.m. CST to the Following Point of Contact: Laura Kasten, Contract Specialist, via Email: laura.kasten@ihs.gov.
Evaluation: FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services. (Deviation Date)
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
*MUST BE WITHIN 30 MILES OF 701 MARKET DRIVE, OKLAHOMA CITY, OK 73114
*MUST BE ABLE TO ACCOMMODATE AT LEAST 200 PEOPLE EACH DAY OF EVENT
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 firm fixed price 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
ADDITIONAL DOCUMENTS NEEDED IN ORDER TO DETERMINE ABILITY TO MEET THE TECHNICAL REQUIREMENTS
PAST PERFORMANCE DOCUMENTATION
- FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): https://www.acquisition.gov/faroverhaul or https://www.acquisition.gov/hhsar
(End of Clause)
- FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Deviation Date)
- FAR 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021)
- FAR 52.204-14, Service Contract Reporting Requirements (Deviation Date)
- FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Deviation Date)
- FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Deviation Date)
- FAR 52.219-6, Notice of Total Small Business Set-Aside (Deviation Date)
- F(End of Clause)
(End of clause)
- FAR 52.222-3, Convict Labor (Deviation Date)
- FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Deviation Date)
- FAR 52.222-35, Equal Opportunity for Veterans (Deviation Date)
- FAR 52.222-36, Affirmative Action for Workers with Disabilities (Deviation Date)
- FAR 52.222-37 Employment Reports on Veterans (Deviation Date)
- FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
- FAR 52.222-50, Combating Trafficking in Persons (Deviation Date)
- FAR 52.223-23, Sustainable Products and Services (Deviation Date)
- FAR 52.224-1 Privacy Act Notification (Apr 1984)
- FAR 52.224-2 Privacy Act (Apr 1984)
- FAR 52.224-3 Privacy Training (Jan 2017)
- FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)
- FAR 52.232-33 Payment by Electronic Funds Transfer— System for Award Management (Oct 2018)
- FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)
- FAR 52.233-3 Protest After Award (Deviation Date)
- FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Deviation Date)
- FAR 52.240-91, Security Prohibitions and Exclusions (Deviation Date)
- FAR 52.240-93, Basic Safeguarding of Covered Contractor Information Systems (Deviation Date)
- FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services (Deviation Date)
“System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (laura.kasten@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.
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.