Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2026 SAM #8880
SOLICITATION NOTICE

Q -- OPTUS SERVICE AGREEMENT

Notice Date
3/18/2026 2:22:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
IHS1524836
 
Response Due
3/24/2026 7:00:00 AM
 
Archive Date
04/08/2026
 
Point of Contact
Misti Bussell, Phone: 9183426235
 
E-Mail Address
misti.bussell@ihs.gov
(misti.bussell@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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) # IHS1524836. Submit only written quotes for this RFQ. This solicitation is 100% SMALL BUSINESS SET-ASIDE. The associated NAICS code is 811210. This RFQ contains Fifteen (15) Line Items. CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 BASE YEAR �04/01/2026 � 03/31/2027 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE CLINTON OPTOS SITE #15304. 12 MO 0002 BASE YEAR �04/01/2026 � 03/31/2027 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE EL RENO OPTOS SITE #15575. 12 MO 0003 BASE YEAR �04/01/2026 � 03/31/2027 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE WATONGA OPTOS SITE #15570. 12 MO 0004 OPTION PERIOD ONE �04/01/2027 � 03/31/2028 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE CLINTON OPTOS SITE #15304. 12 MO 0005 OPTION YEAR ONE �04/01/2027 � 03/31/2028 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE EL RENO OPTOS SITE #15575. 12 MO 0006 OPTION YEAR ONE �04/01/2027 � 03/31/2028 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE WATONGA OPTOS SITE #15570. 12 MO 0007 OPTION PERIOD TWO �04/01/2028 � 03/31/2029 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE CLINTON OPTOS SITE #15304. 12 MO 0008 OPTION YEAR TWO �04/01/2028 � 03/31/2029 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE EL RENO OPTOS SITE #15575. 12 MO 0009 OPTION PERIOD TWO �04/01/2028 � 03/31/2029 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE WATONGA OPTOS SITE #15570. 12 MO 0010 OPTION PERIOD THREE �04/01/2029 � 03/31/2030 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE CLINTON OPTOS SITE #15304. 12 MO 0011 OPTION YEAR THREE �04/01/2029 � 03/31/2030 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE EL RENO OPTOS SITE #15575. 12 MO 0012 OPTION PERIOD THREE �04/01/2029 � 03/31/2030 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE WATONGA OPTOS SITE #15570. 12 MO 0013 OPTION PERIOD FOUR �04/01/2030 � 03/31/2031 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE CLINTON OPTOS SITE #15304. 12 MO 0014 OPTION YEAR FOUR �04/01/2030 � 03/31/2031 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE EL RENO OPTOS SITE #15575. 12 MO 0015 OPTION PERIOD FOUR �04/01/2030 � 03/31/2031 � MONTHLY SERVICE AGREEMENT SUPPORT TO THE WATONGA OPTOS SITE #15570. 12 MO TOTAL PRICING PERIOD OF PERFORMANCE: BASE YEAR: 04/01/2026 � 03-31-2027 OPTION PERIOD ONE � 04/01/2027 � 03/31/2027 OPTION PERIOD TWO � 04/01/2028 � 03/31/2028 OPTION PERIOD THREE � 04/01/2029 � 03/31/2029 OPTION PERIOD FOUR � 04/01/2030 � 03/31/2031 Vendor Requirements: SEE ATTACHED STATEMENT OF WORK Submit Quotes no later than: 03/24/2026 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 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: Pricing 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. -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) 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d98fef66f971456a8ac2e736dc2decd5/view)
 
Place of Performance
Address: Clinton, OK 73601, USA
Zip Code: 73601
Country: USA
 
Record
SN07749018-F 20260320/260318230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.