Opportunity
SAM #IHS-SS-26-1524598
Fuel Transfer Trailer Procurement for Rosebud IHS Facility
Buyer
IHS Great Plains Area
Posted
April 21, 2026
Respond By
May 08, 2026
Identifier
IHS-SS-26-1524598
NAICS
336212
This opportunity seeks a fuel transfer trailer for the Rosebud Indian Health Service (IHS) Facility Maintenance Department in Rosebud, South Dakota. - Government Buyer: - Indian Health Service (IHS), Great Plains Area - Rosebud Indian Health Service Unit - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation or attachments - Products/Services Requested: - Fuel Transfer Trailer - Quantity: 1 - Key specifications: - 16 ft length, 6 ft width and height - Approx. 2,750 lb empty weight - 5-inch channel iron frame with safety chains - Tandem axles (5,200 lb each) - Bulldog hitch (2 and 5/16 ball) - Lighting, wiring, brakes, and idler - 10-ply tires (235/16) - 10-gauge steel tank (approx. 750-gallon capacity) with level gauge - Fill-Rite 12 VDC 20 GPM pump with filter and 12 ft hose - Solar-powered battery - Industrial undercoating with epoxy paint and primer - All-inclusive contract (includes travel, lodging, per diem, and taxes) - Unique or Notable Requirements: - Delivery required within 180 days of award - Intended for transporting diesel to generators at the facility - Procurement is set aside for Indian Economic Enterprises - Compliance with electronic invoicing via the Invoice Processing Platform (IPP) - Falls under NAICS code 336212 (Tank trailers manufacturing) - Place of Performance/Delivery: - Rosebud IHS Facility, 400 Soldier Creek Dr, Rosebud, SD 57570
Description
Sources Sought: Fuel Transfer Trailer to be provided at the Indian Health Service in Rosebud, SD.
Sources Sought Notice Number: IHS-SS-26-1524598
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Economic Enterprises (IEE).
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 336212, Tank trailers, liquid and dry bulk, manufacturing. This U.S. industry comprises establishments primarily engaged in manufacturing truck trailers, truck trailer chassis, cargo container chassis, detachable trailer bodies, and detachable trailer chassis for sale separately. Other relevant NAICS codes will be considered based on responses received.
1.0 BACKGROUND
The Indian Health Service (IHS) plans to procure Fuel Transfer Trailer specified in the attached Statement of Work.
2.0 SCOPE
To procure a fuel transport trailer for Rosebud IHS Facility for transporting diesel to the generators.
3.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS
N/A
4.0 TYPE OF ORDER
This is a firm fixed price purchase order.
5.0 ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: Delivery no later than 180 days from date of award
6.0 PLACE OF PERFORMANCE
Delivery to be made to 400 Soldier Creek Dr, Rosebud, SD 57570
7.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
Delivery of products should be no later than 180 days from date of award
8.0 PAYMENT
Invoice Processing Platform (IPP)
The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system.
In compliance with the Office of Management and Budget (OMB) 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 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 Treasurys Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents 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.
The Government reserves the right to accept or reject services, if the level of performance is unacceptable.
9.0. Closing Statement
Point of Contact: Jarrod Cole, Purchasing Agent @ jarrod.cole@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to the address above. Must include Sources Sought Number IHS1524598 in the Subject line. The due date for receipt of statements is May 08, 2026, at 11:00 a.m. Central Time.
All responses must be received by the specified due date and time in order to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.
IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.