Solicitation 75H70725Q00054 -Annual Support Calibration Services for Zuni Comprehensive Community Health Center
ID: Solicitation_75H70725Q00054Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEALBUQUERQUE AREA INDIAN HEALTH SVCALBUQUERQUE, NM, 87110, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for annual support calibration services for temperature monitoring systems at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The procurement aims to ensure compliance with federal regulations regarding the storage of critical medicines and reagents through the provision of calibrated probes and related services. This contract is particularly significant as it supports the operational integrity of essential medical facilities, emphasizing the importance of accurate temperature monitoring in healthcare settings. Interested contractors, particularly those qualifying as Indian Small Business Economic Enterprises, must submit their proposals by March 12, 2025, and can direct inquiries to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service's "Buy Indian Act" Representation Form outlines compliance requirements for enterprises wishing to respond to solicitations under the Act. Offerors must self-certify that they qualify as an "Indian Economic Enterprise," as defined by relevant regulations, at the time of their offer, during the contract award stage, and throughout the contract's duration. Any changes in eligibility must be immediately reported to the Contracting Officer. The form serves as an affirmation of ownership, requiring details from the enterprise, including the name of the 51% owner. Registration with the System of Award Management (SAM) is also necessary. The document emphasizes the legal consequences of submitting false information, reinforcing the integrity of the certification process. Overall, it establishes a framework for ensuring that contracts awarded under the Buy Indian Act benefit eligible Indian-owned businesses while detailing administrative responsibilities and compliance measures.
    The document outlines the Past Performance Survey for a request for proposal (RFP) from the Indian Health Service under the Department of Health and Human Services, regarding temperature monitor systems (Solicitation No. 75H70725Q00054). It requires contractors to provide detailed information on client background, contract specifics, and performance indicators. Contractors must describe the type of contract, end goals, patient demographics, staffing requirements, and timelines for project completion. Performance evaluations are categorized into several criteria—quality of service, cost control, timeliness, business relations, and customer satisfaction—each rated on a scale from Excellent to Unacceptable. The survey assesses factors such as compliance with contract requirements, accuracy, effectiveness, cost efficiency, reliability, management practices, and client contentment. The results will help the government assign an overall past performance rating for each contractor, informing future selections in federal procurement processes. This survey plays a critical role in evaluating a contractor’s reliability and performance history, especially when fulfilling federal requirements and grants related to health services.
    The document presents information regarding a government solicitation, outlining specific sections that address questions and answers related to a request for proposals (RFP). The primary focus of the RFP is on engaging contractors for federal grants and projects at state and local levels. Key ideas include the clarification of requirements for prospective vendors, the process for submitting proposals, and criteria for evaluation. The document structure systematically categorizes information, answering potential inquiries regarding project specifications, funding mechanisms, and compliance with regulations. The intent of this solicitation is to ensure transparency and fairness in the selection of contractors while encouraging competitive bidding in alignment with federal guidelines. Overall, this document serves as a guide for potential contractors to understand the expectations and requirements set forth by the government for successful proposal submissions.
    This document outlines Solicitation No. 75H70725Q00054 issued by the Indian Health Service (IHS) for the calibration of temperature monitoring systems at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The procurement seeks to secure annual support for calibrated probes related to temperature monitoring within essential medical facilities, ensuring compliance with federal regulations for storing critical medicines and reagents. The contract will be awarded to an Indian Small Business Economic Enterprise (ISBEE) in adherence to the Buy Indian Act, with options for extended periods based on satisfactory performance. Offers must be submitted by March 12, 2025, with required documentation including technical acceptability, past performance, and price proposals. The contract is established as a Firm Fixed Price arrangement, with all necessary operational details outlined, including billing procedures, performance evaluations, and compliance with federal acquisition regulations. The document emphasizes quality assurance, government oversight, and contractor responsibilities to ensure reliable and effective service delivery, maintaining high standards of health care operational practices.
    Similar Opportunities
    Solicitation 75H70725Q00051-Dental Supplies for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for dental supplies for the Zuni Comprehensive Community Health Center in New Mexico under Solicitation No. 75H70725Q00051. The procurement aims to secure a range of dental products, including instruments and materials, with a focus on ensuring timely delivery and compliance with health regulations. This initiative is crucial for maintaining effective healthcare delivery in the community, emphasizing the importance of reliable medical supply chains. Interested contractors must submit their proposals, including documentation of past performance and technical acceptability, by March 13, 2025. For further inquiries, contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or call 505-256-6768.
    Solicitation 75H70725Q00049 Upgrade Internet Speed Service Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the upgrade of internet speed services at the Zuni Comprehensive Community Health Center in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, aiming to enhance healthcare connectivity in the region. The successful contractor will be responsible for providing reliable internet services, which are crucial for improving the delivery of health services to the local community. Proposals are due by March 3, 2025, and interested parties should direct inquiries to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or call 505-256-6768. Offerors must also ensure compliance with the Indian Economic Enterprise certification and be registered in the System for Award Management (SAM).
    Solicitation_75H70725Q00052-Dental Laboratory Service
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for dental laboratory services under Solicitation No. 75H70725Q00052, specifically targeting the Zuni Comprehensive Community Health Center in New Mexico. The contract, which is set aside for small businesses under the SBA guidelines, requires vendors to provide a range of dental prostheses with a two-week turnaround, ensuring compliance with health regulations and effective communication with dental staff. This opportunity is crucial for enhancing dental care services for Indigenous communities, with a firm fixed price contract structure that includes a base period and four optional renewal periods. Interested contractors must submit their technical proposals, past performance information, price proposals, and Indian Economic Enterprise representations by the specified deadlines, and can contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or 505-256-6768 for further details.
    Jicarilla Service Unit Radiology Equipment Preventative Maintenance Services
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for Radiology Equipment Preventative Maintenance Services at the Jicarilla Service Unit located in Dulce, New Mexico. The contract encompasses a base year with four optional one-year renewals, requiring the contractor to provide comprehensive maintenance and warranty services for DRX Evolution Plus radiology equipment, ensuring compliance with federal and IHS regulations while minimizing operational disruptions. This initiative is critical for maintaining essential medical equipment that supports healthcare delivery in the community. Interested vendors should contact Eric Wright at eric.wright@ihs.gov or call 505-256-6752 for further details regarding the proposal submission process and requirements.
    Name Brand or Equal to: Nanosonics Trophon 2 High Level Disinfection Device, Santa Fe Indian HC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for the acquisition of a Nanosonics Trophon 2 High-Level Disinfection Device, along with annual preventive maintenance services, for the Santa Fe Indian Health Center in New Mexico. This procurement emphasizes the need for equipment that meets specific dimensions and compatibility with existing systems, as outlined in the Performance Work Statement (PWS), and encourages participation from Indian Small Business Economic Enterprises under a Buy Indian Set-Aside initiative. The contract will be structured as a firm-fixed-price agreement, covering a base year with four option years for maintenance services, and will involve performance evaluations to ensure compliance with federal standards. Interested parties can contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754 for further details.
    Pre-solicitation Notice: Firm, fixed-price, non-personal services for Testing, Measuring, and Diagnostic Equipment Calibrations for the Great Plains Area OEHE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, is seeking a contractor to provide firm, fixed-price, non-personal services for the calibration and repair of Test, Measurement, and Diagnostic Equipment (TMDE). The contractor will be responsible for all necessary labor, tools, transportation, and compliance with OEM recommendations, ensuring that all calibration results and repairs meet ISO 9001 standards. This procurement is crucial for maintaining the accuracy and reliability of healthcare equipment used within the Indian Health Service, with the performance period extending from the contract award date until December 31, 2024. Interested contractors should contact Erin Doering at Erin.Doering@ihs.gov or call 605-226-7662 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Request for Quote IHS1502887 - Chinle Rheumatology Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for on-site specialty clinic services and telehealth rheumatology physician services at the Chinle Comprehensive Health Care Facility in Arizona. The contract, which will run from April 1, 2025, to March 31, 2028, requires the contractor to conduct quarterly on-site visits, provide telemedicine consultations, and ensure culturally sensitive care tailored to the Navajo community. This initiative aims to enhance healthcare services for American Indians and Alaska Natives, ensuring quality care while adhering to established healthcare standards and government regulations, including HIPAA. Proposals must be submitted via email by 5:00 PM MT on March 6, 2025, and are open to businesses with a size standard of $30 million under NAICS code 561320. Interested parties can contact Tanya Begay at tanya.begay2@ihs.gov or by phone at 928-674-7635 for further information.
    Request for Quote Firm, fixed-price, non-personal services for Testing, Measuring, and Diagnostic Equipment Calibrations for the Great Plains Area OEHE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, is seeking quotes for firm, fixed-price, non-personal services related to the calibration, performance testing, and repair of Test, Measurement, and Diagnostic Equipment (TMDE). The contractor will be responsible for providing comprehensive calibration services in accordance with original equipment manufacturer guidelines, ensuring compliance with federal acquisition regulations, and maintaining high standards of patient safety and equipment reliability. This procurement is crucial for maintaining the operational integrity of health services provided to Indian communities, with a performance period extending from March 24, 2025, to December 31, 2025, and options for four additional years. Interested contractors should contact Erin Doering at Erin.Doering@ihs.gov or call 605-226-7662 for further details, and proposals must adhere to the Lowest Price Technically Acceptable evaluation criteria.
    BUY INDIAN SOLICITATION: Level 1 H-1200 Fast Flow Fluid Warmer
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting bids for the procurement of the Level 1 H-1200 Fast Flow Fluid Warmer, aimed at enhancing patient care in emergency medical settings. This medical device is designed to rapidly warm intravenous fluids, thereby improving clinical outcomes during critical situations where timely fluid resuscitation is essential. The fluid warmer features a compact design and advanced technology for precise temperature control, ensuring compliance with healthcare standards and suitability for various medical environments. Interested vendors must self-certify their eligibility as an "Indian Economic Enterprise" under the Buy Indian Act, with all submissions directed to Janice Martinez at Janice.Martinez@ihs.gov or by phone at 505-786-6216.
    PM Service Agreement - Siemens Mobillet Elara Max - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting quotations for a Preventive Maintenance Service Agreement for the Mobillet Elara Max unit at the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. This procurement aims to establish a firm-fixed price contract that includes a base year and four option years, specifically targeting Indian Small Business Economic Enterprises (ISBEEs) to promote economic opportunities within Native American communities. The services required include uptime guarantees, response times, and comprehensive coverage details, ensuring the operational efficiency of critical medical equipment. Interested vendors must submit their quotes in accordance with the guidelines outlined in the Request for Quotation (RFQ) No. 75H70725Q00039, and can reach out to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or by phone at 505-256-6755 for further information.