Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 9 PM
Sources Sought
Rosebud South dakota

One time order supply for medical supply, Oral Sensors for the Rosebud Service Unit.

Details

Solicitation ID IHS1512990
Posted Date 01 Jul 2025 at 9 PM
Response Date 15 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
Contracting Office Great Plains Area Indian Health Svc
Agency Department Of Health And Human Services
Location Rosebud South dakota United states 57570

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Sign up to access Documents

Signup now

Sources Sought: One time order supply for medical supply, Oral Sensors for the Rosebud Service Unit.

Sources Sought Notice Number: IHS1512990

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 Small Businesses Economic Enterprise (ISBEE), 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 339114, Dental Equipment and Supplies Manufacturing - other relevant NAICS codes will be considered based on responses received, (i.e. Medical, Dental, and Hospital Equipment and Supplies)

  1. BACKGROUND

Rosebud hospital is a 35-bed comprehensive medical/surgical hospital located in Rosebud, South Dakota. The hospital is the primary source of health care for the Rosebud Sioux (Sicangu Oyate) tribal members, in and around the Rosebud Sioux reservation.

2.1       OBJECTIVE

The primary objective of this procurement is to secure medical supply/equipment to accommodate the Rosebud Service Unit.

  1. SCOPE

SCOPE OF WORK: Oral Sensors, Radiological

C-1       PURPOSE:

The purpose of this contract is to provide the purchase of the Oral Sensors, Radiological with a firm-fixed price type contract.

C-2       SCOPE OF WORK:

Contractor shall provide to the Great Plains Area Indian Health Service, hereafter referred to as the Government, with the Oral Sensors described in this statement of work within 90 days of award of contract.

C-3       EQUIPMENT: Oral Sensors, The Dexis Ti2 Sensor, radiological is flexible and ready to adapt to varying exposure levels, generator usage, technique, or position to easily capture clear, accurate images on demand.

  • Physical Dimensions

length 39.86 x width 29.76mm

  • Dimensions

1623 x 1324 px

  • Pixel Size

19.5 μm

  • Resolution

Theoretical: 25.6 lp/mm Visible: 20+ lp/mm

  • USB Port

USB 2.0 / USB 3.0

  • Cable Length/Diameter

2.5m / 3mm

  • Cable Material

Aramid-fiber Reinforced

  • Driver

DEXIS IO Sensor Driver 3.0 or higher

  • Sensor Technology

Enhanced CMOS (Csl Scintillator + Optical Fibers)

  • Mfg. Warranty

1 Year

C-4       EXCLUSIONS: None

C-5       DOCUMENTATION:

The Contractor is required to provide at least one copy of an operator manual and one copy of a service manual with this purchase. The documents may be digital or physical.

C-6       BASIS OF PAYMENT:

All payments are due and payable upon receipt of complete and accurate invoices and in accordance with the Prompt Payment Act.  Invoices shall be submitted with all information and supporting documentation.  A complete and accurate invoice is substantially correct in that all aspects of the required information are clearly evident on the invoice.  If items such as invoice number, date, dates of service, contract/purchase order number, etc., are not on the invoice, it will be returned to the Contractor for resubmission.

Invoices shall be submitted monthly via the U.S. Treasury’s Invoice Processing Platform (IPP) system for review, reconciliation and approval for payment.

C-7       LIABILITY:

In no event shall the Government release the Contractor from liability arising from acts of omission, improper repair, negligence, or deliberate or non-deliberate acts that jeopardize the health and safety of patients and/or Government employees.  The rules of law governing such incidents or actions shall prevail.

C-8       RELEASES:

No information, findings, or determinations generated in pursuit of this contract may be released outside of the contractors’ immediate possession without the concurrence of the Contracting Officer.

C-9       CONTRACTOR’S TERMS & CONDITIONS:

The contractor’s terms and conditions shall be incorporated into the contract by reference.  Where conflicts arise, the Federal Acquisition Regulations, and other Federal Regulations, Laws and Rules shall take precedence.

  1. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS (NOT APPLICABLE)

  1. TYPE OF ORDER

This is a firm fixed price purchase order.

  1. ANTICIPATED PERIOD OF PERFORMANCE

Period of Performance: N/A – Vendor shall have an anticipated delivery date of 45 days after award.

  1. PLACE OF PERFORMANCE

Preferred location is at the Rosebud Service Unit.

  1. REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE

All potential awarded line items shall be delivered to the following I.H.S. facility site:

Rosebud Service Unit

400 Soldier Creek

Rosebud, SD 57570

  1. PAYMENT

Payments shall be made in IPP.GOV.  

Additional Information:  N/A

  1.  Anticipated Period of Performance:

Period of Performance: N/A – Vendor shall have an anticipated delivery date of 45 days after award.

  1. Capability Statement/Information:

Instructions to Industry: All capable parties are encouraged to respond. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice.

The Government requests interested parties submit a written response to this notice which includes:

  1. Company Name and Company SAM Unique Entity Identifier (UEI) number.
  2. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov .
  3. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.
  4. Date submitted.
  5. Applicable company GSA Schedule number or other available procurement vehicle.
  6. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.).
  7. Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement.  If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
  8. Geographic Coverage: Please identify the areas of the United States where your organization provides these supplies.
  9. References: Provide a list of all private industry or government contracts for similar items that you have delivered within the last 3 years. Please include the customers’ contact names, addresses, telephone number, dollar value of contract, and brief description of the supplies provided on the contract.
  10. Specifications: Provide evidence that you can meet the attached Specifications.
  11. Delivery/Logistics: Provide evidence that the item is readily available and can meet the Delivery Timeframe.
  12. Warranty: Provide evidence that the item has warranty options.
  13. If American Indian/Native American owned small business, then complete attached IEE Representation form.

F.   Closing Statement

Point of Contact: Ashleigh Yazzie, Contract Specialist; Phone: (605)-377-3211; Email: [email protected]   

Submission Instructions:

Interested parties shall submit capability via email to Ashleigh Yazzie, Administrative Contracting Officer, at [email protected]. Must include Sources Sought Number IHS1512990 in the Subject line. The due date for receipt of statements is June 25, 2025 at 12:00 p.m. Mountain Standard 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.

Sources Sought: One time order supply for medical supply, Oral Sensors for the Rosebud Service Unit.

Sources Sought Notice Number: IHS1512990

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 Small Businesses Economic Enterprise (ISBEE), 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 339114, Dental Equipment and Supplies Manufacturing - other relevant NAICS codes will be considered based on responses received, (i.e. Medical, Dental, and Hospital Equipment and Supplies)

  1. BACKGROUND

Rosebud hospital is a 35-bed comprehensive medical/surgical hospital located in Rosebud, South Dakota. The hospital is the primary source of health care for the Rosebud Sioux (Sicangu Oyate) tribal members, in and around the Rosebud Sioux reservation.

2.1       OBJECTIVE

The primary objective of this procurement is to secure medical supply/equipment to accommodate the Rosebud Service Unit.

  1. SCOPE

SCOPE OF WORK: Oral Sensors, Radiological

C-1       PURPOSE:

The purpose of this contract is to provide the purchase of the Oral Sensors, Radiological with a firm-fixed price type contract.

C-2       SCOPE OF WORK:

Contractor shall provide to the Great Plains Area Indian Health Service, hereafter referred to as the Government, with the Oral Sensors described in this statement of work within 90 days of award of contract.

C-3       EQUIPMENT: Oral Sensors, The Dexis Ti2 Sensor, radiological is flexible and ready to adapt to varying exposure levels, generator usage, technique, or position to easily capture clear, accurate images on demand.

  • Physical Dimensions

length 39.86 x width 29.76mm

  • Dimensions

1623 x 1324 px

  • Pixel Size

19.5 μm

  • Resolution

Theoretical: 25.6 lp/mm Visible: 20+ lp/mm

  • USB Port

USB 2.0 / USB 3.0

  • Cable Length/Diameter

2.5m / 3mm

  • Cable Material

Aramid-fiber Reinforced

  • Driver

DEXIS IO Sensor Driver 3.0 or higher

  • Sensor Technology

Enhanced CMOS (Csl Scintillator + Optical Fibers)

  • Mfg. Warranty

1 Year

C-4       EXCLUSIONS: None

C-5       DOCUMENTATION:

The Contractor is required to provide at least one copy of an operator manual and one copy of a service manual with this purchase. The documents may be digital or physical.

C-6       BASIS OF PAYMENT:

All payments are due and payable upon receipt of complete and accurate invoices and in accordance with the Prompt Payment Act.  Invoices shall be submitted with all information and supporting documentation.  A complete and accurate invoice is substantially correct in that all aspects of the required information are clearly evident on the invoice.  If items such as invoice number, date, dates of service, contract/purchase order number, etc., are not on the invoice, it will be returned to the Contractor for resubmission.

Invoices shall be submitted monthly via the U.S. Treasury’s Invoice Processing Platform (IPP) system for review, reconciliation and approval for payment.

C-7       LIABILITY:

In no event shall the Government release the Contractor from liability arising from acts of omission, improper repair, negligence, or deliberate or non-deliberate acts that jeopardize the health and safety of patients and/or Government employees.  The rules of law governing such incidents or actions shall prevail.

C-8       RELEASES:

No information, findings, or determinations generated in pursuit of this contract may be released outside of the contractors’ immediate possession without the concurrence of the Contracting Officer.

C-9       CONTRACTOR’S TERMS & CONDITIONS:

The contractor’s terms and conditions shall be incorporated into the contract by reference.  Where conflicts arise, the Federal Acquisition Regulations, and other Federal Regulations, Laws and Rules shall take precedence.

  1. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS (NOT APPLICABLE)

  1. TYPE OF ORDER

This is a firm fixed price purchase order.

  1. ANTICIPATED PERIOD OF PERFORMANCE

Period of Performance: N/A – Vendor shall have an anticipated delivery date of 45 days after award.

  1. PLACE OF PERFORMANCE

Preferred location is at the Rosebud Service Unit.

  1. REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE

All potential awarded line items shall be delivered to the following I.H.S. facility site:

Rosebud Service Unit

400 Soldier Creek

Rosebud, SD 57570

  1. PAYMENT

Payments shall be made in IPP.GOV.  

Additional Information:  N/A

  1.  Anticipated Period of Performance:

Period of Performance: N/A – Vendor shall have an anticipated delivery date of 45 days after award.

  1. Capability Statement/Information:

Instructions to Industry: All capable parties are encouraged to respond. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice.

The Government requests interested parties submit a written response to this notice which includes:

  1. Company Name and Company SAM Unique Entity Identifier (UEI) number.
  2. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov .
  3. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.
  4. Date submitted.
  5. Applicable company GSA Schedule number or other available procurement vehicle.
  6. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.).
  7. Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement.  If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
  8. Geographic Coverage: Please identify the areas of the United States where your organization provides these supplies.
  9. References: Provide a list of all private industry or government contracts for similar items that you have delivered within the last 3 years. Please include the customers’ contact names, addresses, telephone number, dollar value of contract, and brief description of the supplies provided on the contract.
  10. Specifications: Provide evidence that you can meet the attached Specifications.
  11. Delivery/Logistics: Provide evidence that the item is readily available and can meet the Delivery Timeframe.
  12. Warranty: Provide evidence that the item has warranty options.
  13. If American Indian/Native American owned small business, then complete attached IEE Representation form.

F.   Closing Statement

Point of Contact: Ashleigh Yazzie, Contract Specialist; Phone: (605)-377-3211; Email: [email protected]   

Submission Instructions:

Interested parties shall submit capability via email to Ashleigh Yazzie, Administrative Contracting Officer, at [email protected]. Must include Sources Sought Number IHS1512990 in the Subject line. The due date for receipt of statements is June 25, 2025 at 12:00 p.m. Mountain Standard 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.

Sources Sought: One time order supply for medical supply, Oral Sensors for the Rosebud Service Unit.

Sources Sought Notice Number: IHS1512990

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 Small Businesses Economic Enterprise (ISBEE), 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 339114, Dental Equipment and Supplies Manufacturing - other relevant NAICS codes will be considered based on responses received, (i.e. Medical, Dental, and Hospital Equipment and Supplies)

  1. BACKGROUND

Rosebud hospital is a 35-bed comprehensive medical/surgical hospital located in Rosebud, South Dakota. The hospital is the primary source of health care for the Rosebud Sioux (Sicangu Oyate) tribal members, in and around the Rosebud Sioux reservation.

2.1       OBJECTIVE

The primary objective of this procurement is to secure medical supply/equipment to accommodate the Rosebud Service Unit.

  1. SCOPE

SCOPE OF WORK: Oral Sensors, Radiological

C-1       PURPOSE:

The purpose of this contract is to provide the purchase of the Oral Sensors, Radiological with a firm-fixed price type contract.

C-2       SCOPE OF WORK:

Contractor shall provide to the Great Plains Area Indian Health Service, hereafter referred to as the Government, with the Oral Sensors described in this statement of work within 90 days of award of contract.

C-3       EQUIPMENT: Oral Sensors, The Dexis Ti2 Sensor, radiological is flexible and ready to adapt to varying exposure levels, generator usage, technique, or position to easily capture clear, accurate images on demand.

  • Physical Dimensions

length 39.86 x width 29.76mm

  • Dimensions

1623 x 1324 px

  • Pixel Size

19.5 μm

  • Resolution

Theoretical: 25.6 lp/mm Visible: 20+ lp/mm

  • USB Port

USB 2.0 / USB 3.0

  • Cable Length/Diameter

2.5m / 3mm

  • Cable Material

Aramid-fiber Reinforced

  • Driver

DEXIS IO Sensor Driver 3.0 or higher

  • Sensor Technology

Enhanced CMOS (Csl Scintillator + Optical Fibers)

  • Mfg. Warranty

1 Year

C-4       EXCLUSIONS: None

C-5       DOCUMENTATION:

The Contractor is required to provide at least one copy of an operator manual and one copy of a service manual with this purchase. The documents may be digital or physical.

C-6       BASIS OF PAYMENT:

All payments are due and payable upon receipt of complete and accurate invoices and in accordance with the Prompt Payment Act.  Invoices shall be submitted with all information and supporting documentation.  A complete and accurate invoice is substantially correct in that all aspects of the required information are clearly evident on the invoice.  If items such as invoice number, date, dates of service, contract/purchase order number, etc., are not on the invoice, it will be returned to the Contractor for resubmission.

Invoices shall be submitted monthly via the U.S. Treasury’s Invoice Processing Platform (IPP) system for review, reconciliation and approval for payment.

C-7       LIABILITY:

In no event shall the Government release the Contractor from liability arising from acts of omission, improper repair, negligence, or deliberate or non-deliberate acts that jeopardize the health and safety of patients and/or Government employees.  The rules of law governing such incidents or actions shall prevail.

C-8       RELEASES:

No information, findings, or determinations generated in pursuit of this contract may be released outside of the contractors’ immediate possession without the concurrence of the Contracting Officer.

C-9       CONTRACTOR’S TERMS & CONDITIONS:

The contractor’s terms and conditions shall be incorporated into the contract by reference.  Where conflicts arise, the Federal Acquisition Regulations, and other Federal Regulations, Laws and Rules shall take precedence.

  1. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS (NOT APPLICABLE)

  1. TYPE OF ORDER

This is a firm fixed price purchase order.

  1. ANTICIPATED PERIOD OF PERFORMANCE

Period of Performance: N/A – Vendor shall have an anticipated delivery date of 45 days after award.

  1. PLACE OF PERFORMANCE

Preferred location is at the Rosebud Service Unit.

  1. REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE

All potential awarded line items shall be delivered to the following I.H.S. facility site:

Rosebud Service Unit

400 Soldier Creek

Rosebud, SD 57570

  1. PAYMENT

Payments shall be made in IPP.GOV.  

Additional Information:  N/A

  1.  Anticipated Period of Performance:

Period of Performance: N/A – Vendor shall have an anticipated delivery date of 45 days after award.

  1. Capability Statement/Information:

Instructions to Industry: All capable parties are encouraged to respond. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice.

The Government requests interested parties submit a written response to this notice which includes:

  1. Company Name and Company SAM Unique Entity Identifier (UEI) number.
  2. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov .
  3. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.
  4. Date submitted.
  5. Applicable company GSA Schedule number or other available procurement vehicle.
  6. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.).
  7. Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement.  If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
  8. Geographic Coverage: Please identify the areas of the United States where your organization provides these supplies.
  9. References: Provide a list of all private industry or government contracts for similar items that you have delivered within the last 3 years. Please include the customers’ contact names, addresses, telephone number, dollar value of contract, and brief description of the supplies provided on the contract.
  10. Specifications: Provide evidence that you can meet the attached Specifications.
  11. Delivery/Logistics: Provide evidence that the item is readily available and can meet the Delivery Timeframe.
  12. Warranty: Provide evidence that the item has warranty options.
  13. If American Indian/Native American owned small business, then complete attached IEE Representation form.

F.   Closing Statement

Point of Contact: Ashleigh Yazzie, Contract Specialist; Phone: (605)-377-3211; Email: [email protected]   

Submission Instructions:

Interested parties shall submit capability via email to Ashleigh Yazzie, Administrative Contracting Officer, at [email protected]. Must include Sources Sought Number IHS1512990 in the Subject line. The due date for receipt of statements is June 25, 2025 at 12:00 p.m. Mountain Standard 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.

Similar Opportunities

Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 22 Nov 2025 at 5 AM (estimated)
Location Unknown 07 Jul 2025 at 4 AM

Similar Awards

Eagle butte South dakota Not Specified
Eagle butte South dakota Not Specified