Opportunity
SAM #75H70626Q00117
Dietary Food Delivery Services for Pine Ridge IHS Hospital
IHS Great Plains Area
March 24, 2026
April 07, 2026
75H70626Q00117
424490, 311999, 492210
The Indian Health Service (IHS) Pine Ridge Service Unit is seeking dietary food delivery services for the Pine Ridge IHS Hospital in Pine Ridge, South Dakota. - Government Buyer: - Indian Health Service (IHS), Pine Ridge Service Unit, Pine Ridge PHS Indian Hospital, Dietary Department - OEMs and Vendors Mentioned: - Nature's Best Dairy - Kemps - Glenview Farms - SILK - SARGENTO - GRANDE - ROSELI - METRODELI - MONARCH - BLUE BUNNY - YOPLAIT - GERB2NDFDS (Gerber) - HORMEL - SIX POINTS - STAR-KIST - MORNINGSTR (MorningStar Farms) - Products/Services Requested: - Weekly delivery of dairy products (milk, cheese, yogurt, butter, cream cheese, margarine, sour cream, ice cream) - Meat and protein items (bacon, chicken breast fillet, beef fajita strips, turkey breast, vegetarian patties) - Fresh produce (apples, broccoli, cabbage, pears, peppers, potatoes, strawberries, bananas, celery, onions, tomatoes, lettuce, herbs) - Dry goods (applesauce, beans, biscuits, brownie mix, cake mix, cereals, crackers, dressings, spices, sauces) - Supplements (nutritional shakes, protein supplements) - Baby food (banana puree) - Pizza crust - Eggs (hard boiled) - All items must comply with FDA and IHS food safety standards - Delivery schedules: weekly, monthly, or as specified - Accurate electronic invoicing via Invoice Processing Platform (IPP) - Unique/Notable Requirements: - Small business set-aside (including HUBZone, EDWOSB, WOSB, SDVOSB) - Technical acceptability and past performance in healthcare food delivery - Rural delivery logistics and timely weekly deliveries - Compliance with FDA and IHS food safety standards - Use of preferred brands for certain items - Electronic invoicing required - Period of Performance: - One-year base period with one option year - Place of Performance: - Pine Ridge IHS Hospital, Dietary Department, 607 Indian Health Road, Pine Ridge, SD 57770
Description
A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.2, as supplemented with additional information included in this notice, FAR Part 12, Acquisition of Commercial Products and Commercial Services (Title VIII of the Federal Acquisition Streamlining Act of 1994)(Public Law 103-355). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
B. The Great Plains Area Indian Health Service (IHS) Pine Ridge Hospital intends to award a Firm-Fixed Price, Commercial Item, Purchase Order in response to Request for Quote (RFQ) 75H70626Q00117.
C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular
(FAC) 2025-05 08/07/2025.
D. This RFQ is issued as 100% Small Business Set-Aside, and the associated NAICS Code is 311999-, All Other Miscellaneous Food Manufacturing, which has a small business size standard of 700 employees.
E. The quoted 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 Request for Quote (RFQ) utilizing Delivery Schedule for Brand Name or Equal, per the attached Statement of Work (SOW). Quantities listed are estimates only. The Government will evaluate quotes using these quantities to determine the total evaluated price. Actual quantities ordered may vary.
F. To provide Dietary Food Delivery Services for the IHS Pine Ridge Service Unit, Dietary Department, Pine Ridge, South Dakota, 57770.
G. The period of performance will be from Base Year-date of award through one year plus One Option Year.
H. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Deviation Date).
I. Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:
1- Solicitation number 75H70626Q00027.
2. Closing Date: April 7th, 2026 at 2:00 pm MST.
3. Name, address and telephone number of company and email address of contact person.
4. Technical description of the item/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. 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).
10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.
Basis of award is Lowest Price Technically Acceptable "LPTA" factors in determining the successful contractor.
► Technical Acceptability- Quotes will be evaluated on a pass/fail basis to determine whether the offeror demonstrates the ability to meet all requirements of the Statement of Work.
► Price Evaluation-Price will be evaluated for reasonableness and completeness. For evaluation purposes, the Government will calculate a total evaluated price using the quantities listed in the Statement of Work.
► Past Performance- Performance will be evaluated based on a history of food delivery service. A current/prior history of a delivery schedule to a healthcare setting will be required for evaluation purposes.
Award will be made to the offeror whose quote is technically acceptable and offers the lowest total evaluated price. Award will be made on an “all on none” basis to the lowest responsive and responsible offeror.
J. FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (Deviation Date)
K. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Deviation Date)- See attachment; in by reference.
L. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable included below.
M. Offers will be accepted electronically, Submit via e-mail to the following:
Attn: Mary Sarenana, Purchasing Agent email: mary.sarenana@ihs.gov
Any questions, please submit by April 1st, 2026 by 4:00 pm MST.
Contractors must obtain a Unique Entity ID (UEI) number and Taxpayer Identifying number (TIN); and be registered with www.sam.gov.
Quotation must set forth full, accurate and complete information as required by the Request for Quotation (RFQ) and be returned no later than the date referenced in Paragraph #I-2. All required information must be submitted 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
Invoice Processing Platform (IPP)
In compliance with the Office of Management and Budget (0MB) 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 resulting from this solicitation 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 Treasury's Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation 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 to 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.
ACCEPTANCE PERIOD: Your quote 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 60 days from the date of receipt by the Government.