NCSU Dental X-Ray Machine
ID: 75H709-NC25Q-002Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBILLINGS AREA INDIAN HEALTH SVCBILLINGS, MT, 59107, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Indian Health Service, specifically the Northern Cheyenne Service Unit, is seeking proposals for the procurement of a 3D Cone Beam X-Ray Machine, along with associated software, installation, and training services. This initiative aims to replace an outdated dental x-ray machine to enhance diagnostic capabilities and improve patient care by providing high-quality imaging. The selected contractor will be required to deliver and install the new equipment within 60 days of award, ensuring compliance with federal regulations, including adherence to wage determinations and electronic invoicing requirements. Interested parties must submit their quotes by April 4, 2025, and can direct inquiries to Vincent Hansen at Vincent.Hansen@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Northern Cheyenne Service Unit (NCSU) is seeking to obtain a 3D cone beam x-ray machine, specifically the Dexis OP3D LX PA/CEPH/3D 12X15 FOV model, along with software and installation services for their Dental Department. This acquisition is essential to enhance diagnostic capabilities, as the current panoramic machine fails to produce high-quality images, resulting in increased retakes. The project involves comprehensive tasks, including installing the new equipment, ensuring its functionality, providing staff training, conducting follow-up maintenance, and adhering to OSHA and FDA compliance regulations. The selected contractor must deliver and install the equipment within 60 days post-award, conduct necessary training, offer preventative maintenance aligned with manufacturer guidelines, and respond promptly to service requests. The government will assist by providing existing Dentrix and Dexis software and ensuring network connectivity at the designated service location in Lame Deer, Montana. The project will maintain a standard five-year manufacturer's warranty and a one-year labor warranty, underscoring NCSU's commitment to improving dental service quality while ensuring compliance with safety regulations. Overall, this initiative aligns with governmental efforts to enhance health service capacity in local communities.
    The document outlines a request for the procurement of a 3D Cone Beam x-ray machine for the Dental Department at North Carolina State University (NCSU). The current panoramic machine is outdated, leading to compromised image quality and increased radiation exposure due to retakes, ultimately impacting patient care. The new equipment will enhance dental services by providing high-quality imaging, supporting installation and staff training. The technical specifications detail the required features of the new machine, including compatibility with the Dentrix and Dexis software systems, and the need for it to fit within the current x-ray room dimensions of 8’5” x 7’4". The Dexis OP3D LX is specified to produce various types of radiology images required for dental procedures while ensuring integration into existing workflow software, thereby improving overall efficiency in patient care. The emphasis on installation and staff training highlights the commitment to seamless implementation and operational readiness following the procurement.
    The Northern Cheyenne Service Unit of the Indian Health Service has issued RFQ 75H709-NC25Q-002, soliciting bids for a Firm-Fixed Price Purchase Order for medical equipment, specifically a 3D Cone Beam X-Ray Machine along with software, installation, and training services. This solicitation is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) under the NAICS code 334517 and mandates that only new equipment be provided. Proposals must include pricing, compliance with specifications, and a statement of agreement with all terms. The award will be based on the Lowest Price, Technically Acceptable approach, with considerations for brand compatibility, delivery timelines, and compliance with government regulations. The submission deadline is April 4, 2025, and the successful contractor must be registered in SAM and comply with certain federal regulations, including the use of electronic invoicing through the Invoice Processing Platform (IPP). Additionally, the contract falls under the Service Contract Act, which necessitates adherence to specified wage rates. The document emphasizes the necessity of IPv6 compliance for all IT solutions offered.
    The Indian Health Service's document outlines the requirements for self-certification by Offerors as “Indian Economic Enterprises” under the Buy Indian Act. It mandates that such certification must be valid at the time of the offer, contract award, and throughout the contract's performance. Should an Offeror fail to meet these criteria at any point, they must inform the Contracting Officer immediately. The document emphasizes the importance of accurate information, noting that false claims can result in legal penalties. Offerors are also required to be registered with the System of Award Management (SAM). The form includes spaces for personal and business identification, including the name of a 51% owner and the UEI SAM Number, demonstrating compliance with the federal requirements for federal grants and contracting opportunities tailored for Indian enterprises. This document is significant in ensuring that contracts are awarded fairly and in accordance with the Buy Indian Act, prioritizing Indian ownership in federal procurements.
    The document outlines a federal Request for Proposals (RFP) seeking responses from qualified entities to provide innovative solutions aimed at improving energy efficiency within federal buildings. The RFP emphasizes the need for comprehensive energy audits, the implementation of advanced technology for energy management, and strategies for reducing overall consumption and carbon footprint. Applicants are encouraged to present scalable approaches, including renewable energy sources and smart building technologies, to meet federal sustainability goals. Moreover, the proposal details eligibility criteria, outlining expectations for potential contractors to demonstrate prior successful implementations, expertise in energy systems, and adherence to federal guidelines. A timeline for submission and evaluation processes is provided, along with scoring criteria that prioritize cost-effectiveness and innovation. This RFP reflects the government’s commitment to enhancing environmental responsibility and achieving energy independence through collaboration with industry experts in sustainability.
    The document details the removal and replacement process for an outdated Gendex GXDP-300 dental x-ray machine at North Carolina State University (NCSU). It confirms that the old machine is bolted to the wall but does not provide specific bolt size information. Clearance exists for its movement, which can be accomplished with minimal regulation—the contractor is responsible for unplugging, unbolting, and disposing of the machine off-site after installing the new x-ray system. The current unit is located on the ground floor, near a loading dock, and does not require disassembly for removal. There are no additional charges for installation or service, and the removal must occur after the new equipment installation is complete. The document ensures that all logistics and protocols are adhered to for a smooth transition. This information is relevant as part of an RFP process, highlighting the practical considerations the university must manage in the upgrade of their dental imaging capabilities while maintaining compliance and operational efficiency.
    The document outlines clauses and provisions for federal acquisition regulations (FAR) and Department of Health and Human Services Acquisition Regulations (HHSAR) applicable to commercial products and services. It specifies clauses incorporated by reference, including compliance with the System for Award Management, protections against the use of specific telecommunications services, and procurement processes for small businesses, including veterans and Indian preference. It emphasizes electronic submission of payment requests and mandates accessibility compliance under Section 508 of the Rehabilitation Act. Additionally, it addresses non-discrimination policies related to conscience objections, reinforcing that organizations should not be compelled to act contrary to their moral beliefs. Overall, the document serves as a comprehensive guide for contractors regarding compliance with federal laws and regulations in procurement processes. Its primary purpose is to ensure fair practices, protect the interests of small businesses, and uphold standards for accessibility and equal opportunity in government acquisitions.
    The document is a Wage Determination under the Service Contract Act (SCA) issued by the U.S. Department of Labor, providing wage guidelines for contracts within specified Montana counties. Wage Determination No. 2015-5395, Revision No. 24, enforces minimum wage rates based on contracts entered into or extended after January 30, 2022, and outlines Executive Orders 14026 and 13658 that set wage thresholds at $17.75 per hour and $13.30 per hour, respectively. It contains a comprehensive list of occupations with corresponding wage rates, reflecting required fringe benefits, including health and welfare, vacation, and holidays. The document emphasizes the necessity for contractors to adhere to these specifications and the process for requesting additional classifications when occupations are not listed. It also highlights compliance requirements such as paid sick leave under Executive Order 13706. This determination plays a critical role in ensuring fair labor practices and wage equity for workers engaged in federal contracts, relevant to federal grants and RFPs across various government levels.
    Lifecycle
    Title
    Type
    NCSU Dental X-Ray Machine
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    PM Service Agreement for GE AMX 240 Mobile X-Ray System & GE FlashPad HD Detector-SS
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide service and maintenance for the GE AMX 240 Mobile X-Ray System and GE FlashPad HD Detector at the Zuni Comprehensive Community Health Center in New Mexico. The procurement aims to establish a service agreement that includes preventative maintenance, unscheduled repairs, software updates, and compliance with industry standards, ensuring the equipment operates effectively and safely. This opportunity is particularly significant as it supports healthcare delivery in Indian communities, emphasizing the importance of reliable medical equipment. Interested parties must submit their responses, including a capability statement and the Indian Small Business Economic Enterprise (ISBEE) representation form, to Shannon Eldridge-Shorty by December 15, 2025, at 03:00 PM (MT).
    Large Capacity Autoclaves for KHC Dental Department
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified vendors to provide large capacity dental autoclaves for the Kayenta Service Unit located in Kayenta, Arizona. This procurement aims to fulfill the dental equipment needs of the department, which is crucial for maintaining hygiene and safety standards in dental practices. The Request for Quotations (RFQ) No. 75H71026Q00029 is anticipated to be issued by December 18, 2025, with quotes due by January 5, 2026. This opportunity is set aside for Indian-owned Small Business Economic Enterprises (ISBEE), and interested parties must ensure they have an active registration in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact Charity Yellowhair-Gilbert at charity.yellowhair-gilbert@ihs.gov or call 928-697-5070.
    Denture Teeth for KHC Dental Department
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified suppliers for denture teeth to support the Kayenta Service Unit in Arizona. This procurement aims to provide essential prosthetic supplies for patients in need, highlighting the importance of dental health within the community. The Request for Quotations No. 75H71026Q00028 is anticipated to be issued by December 18, 2025, with quotes due by January 5, 2026. Interested vendors must have an active registration in the System for Award Management (SAM) and can contact Charity Yellowhair-Gilbert at charity.yellowhair-gilbert@ihs.gov for further information.
    OPTOMETRY EQUIPMENT- CLINTON IHS
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotes for the procurement of two new Zeiss Cirrus Model 6000 OCT devices with AngioPlex software, along with annual maintenance agreements, specifically for the Clinton Service Unit in Oklahoma. This procurement aims to replace outdated equipment at the Clinton, El Reno, and Watonga Indian Health Centers, ensuring compliance with federal standards and enhancing ocular imaging and analysis capabilities. The contract includes delivery, installation, comprehensive training, and adherence to stringent security and accessibility requirements, with a performance period from January 1, 2026, to December 31, 2026, and an option for four additional years. Interested vendors must submit their quotes by December 15, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must also self-certify their status as an Indian Economic Enterprise under the Buy Indian Act.
    KHC Dental Laboratory Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for dental laboratory services for the Kayenta Health Center in Kayenta, Arizona. The contract requires a qualified contractor to provide a comprehensive range of off-site dental laboratory services, including fixed, removable, and implant prosthodontics, as well as adjunct services like night guards and retainers, to support the Kayenta Alternative Rural Hospital, which serves a population of approximately 20,000 in a remote area. This Total Small Business set-aside solicitation will remain open for quotes until December 24, 2025, at 12:00 PM (ET), with the contract expected to span a base year from January 1, 2026, to December 31, 2026, and two additional option years through December 31, 2028. Interested parties can contact Daisha Richards at Daisha.Richards@ihs.gov or by phone at 928-697-5076 for further information.
    AMENDMENT NUMBER TWO (2). Firm fixed price, non-personal, commercial medical service purchase order for Radiology Interpretive Services for the Fort Thompson Health Care Center-Indian Health Service, Fort Thompson, South Dakota.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm-fixed-price, non-personal commercial medical service purchase order for Radiology Interpretive Services at the Fort Thompson Health Care Center in South Dakota. The contract will cover a base year plus four option years, requiring all-inclusive pricing for an estimated average of 300 X-ray and 30 Ultrasound interpretive readings per month. This procurement is critical for providing essential radiological services to the community, ensuring timely and accurate medical assessments. Interested vendors must submit their proposals by December 19, 2025, at 12 PM CT, and can direct inquiries to William Kohl at william.kohl@ihs.gov or by phone at 605-742-3686.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for Remote Coding Services for the Albuquerque Indian Dental Clinic. The procurement aims to secure non-personal healthcare services that include professional billing and coding, with a focus on maintaining a 95% accuracy rate and ensuring timely turnaround for coding tasks. These services are critical for the efficient management of clinical visits, accurate diagnostic coding, and compliance with data privacy regulations such as HIPAA. Proposals are due by December 19, 2025, at 12 PM MT, and interested offerors must contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further inquiries. The contract will be awarded as a firm-fixed-price purchase order for one base year with four optional renewal periods, and eligibility requires registration in the System for Award Management (SAM).
    Data Ray D3 to D4 Software Upgrade With RPMS Compatibility for Quentin N Burdick Memorial Health Care Facility (QNBMHCF)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking sources for a Data Ray D3 to D4 software upgrade with RPMS compatibility for the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota. The objective is to identify potential vendors capable of providing this upgrade, which is anticipated to be a brand-name requirement due to compatibility with existing government-owned hardware. This upgrade is crucial for maintaining the functionality of health services provided to approximately 14,550 tribal members on the Turtle Mountain Indian Reservation. Interested parties must submit their capability statements to Farrah Azure at Farrah.Azure@ihs.gov by December 17, 2025, at 12:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-26-1518980.
    Sources Sought - Medical Physicist Services for the Cheyenne River Health Center, Eagle Butte, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Medical Physicist Services for the Cheyenne River Health Center located in Eagle Butte, South Dakota. The primary objective of this procurement is to ensure compliance with radiation protection standards through the provision of services by a Qualified Medical Physicist, who will oversee equipment inspections, acceptance testing, and radiation safety protocols. This opportunity is particularly significant as it aims to enhance the quality of healthcare services provided to the local community, ensuring that medical imaging equipment meets established safety and operational standards. Interested parties must submit their capability statements via email to Jordyn Brown by December 18, 2025, at 1:00 PM Mountain Time, referencing Sources Sought Number IHS1519229, and must also self-certify as an Indian Economic Enterprise under the Buy Indian Act.
    Electronic Dental Record Dentrix Service and Support for the Cass Lake Service Unit
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS), through the Indian Health Service (IHS), is planning to award a sole source contract to Henry Schein Practice Solutions (HSPS) for Electronic Dental Record (EDR) service and support at the Cass Lake Service Unit in Minnesota. This contract, valued at approximately $6,055.37 for the year 2026, is essential for maintaining the Dentrix Enterprise EDR system, which is the standard program used across IHS dental clinics for patient care record management, scheduling, and billing. The sole source justification is based on the unique capabilities of HSPS to provide necessary support, updates, and warranty coverage, as no other vendor can fulfill these requirements without disrupting patient care. Interested parties may contact Contract Specialist Mary Simon at mary.simon2@ihs.gov for further information, as this notice is not a request for competitive quotes.