Schick33 S1 and S2 dental sensor starter kits for the McLaughlin IHS Health Center in McLaughlin, South Dakota
ID: 75H70624Q00071Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEGREAT PLAINS AREA INDIAN HEALTH SVCABERDEEN, SD, 57401, USA

NAICS

Dental Equipment and Supplies Manufacturing (339114)

PSC

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

    The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes for the procurement of Schick 33 Dental X-ray sensors to be delivered to the McLaughlin IHS Health Center in McLaughlin, South Dakota. Interested suppliers must provide a firm fixed price quote, ensuring compliance with product specifications and a delivery timeline of no later than 90 days post-award. These dental sensors are crucial for enhancing dental care services within the Indian Health Service, supporting the health and well-being of the communities served. Quotes are due by September 10, 2024, and inquiries should be directed to Ms. Erin Doering at Erin.Doering@ihs.gov or by phone at 605-226-7662.

    Point(s) of Contact
    Ms. Erin Doering
    (605) 226-7662
    (605) 226-7689
    Erin.Doering@ihs.gov
    Files
    Title
    Posted
    The document pertains to the "Buy Indian Act" administration by the Indian Health Service within the Department of Health & Human Services. It serves as a self-certification form for Offerors to confirm they qualify as “Indian Economic Enterprises” in response to solicitations, sources sought notices, or requests for information (RFI). Eligibility must be maintained throughout the bidding process, contract award, and contract performance. The contractor is required to notify the Contracting Officer if they cease to meet the criteria at any time. Additionally, Offerors must be registered with the System of Award Management (SAM). Violations of the self-certification or providing false information can lead to legal repercussions under federal law. The form emphasizes the importance of maintaining integrity and accountability within procurements associated with the Buy Indian Act, aimed at supporting Indian Economic Enterprises. Key details include the need for documentation of eligibility, the penalties for false claims, and the requirement for the principal owner’s certification.
    The document is a Request for Quotation (RFQ) issued by the Indian Health Service for the procurement of Schick 33 Dental X-ray sensors to be delivered to the Office of Environmental Health and Engineering District Office in Pierre, South Dakota. The solicitation requires interested suppliers to submit their quotations by September 10, 2024, with an award based on the Lowest Price Technically Acceptable method. Key requirements include timely delivery within 90 days of the award, compliance with product specifications, and the completion of a signed SF-18 and the Buy-Indian Form if applicable. Additionally, vendors must be registered with the System for Award Management (SAM) and must not be listed on the OIG Exclusion List. The document outlines specific clauses and terms related to the procurement, including the prohibition of gray market goods and counterfeit parts, and it mandates adherence to specific federal regulations. This RFQ reflects the government's commitment to ensuring quality and compliance in its procurement processes while supporting small businesses and economic development in Indian communities.
    Similar Opportunities
    6520--Carestream RVG 6200 Digital X-Ray Sensors OR EQUAL ITEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Carestream RVG 6200 Digital Intraoral X-Ray Sensors, with a focus on service-disabled veteran-owned small businesses (SDVOSB). The solicitation outlines specific technical requirements for the sensors, including resolution, size limits, and hygienic features, to enhance healthcare services provided to veterans. The estimated project value ranges between $25,000 and $100,000, with quotes due by September 20, 2024. Interested bidders should direct inquiries to Contract Specialist Scott A Reed at scott.reed2@va.gov and ensure compliance with federal procurement regulations, including the Buy American Act.
    Medical and Dental Coding, Auditing, and Data Entry Services
    Active
    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 Service Contract to provide Medical and Dental Coding, Auditing, and Data Entry Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with an initial performance period of one year and four optional renewal years, emphasizing the importance of accurate coding and auditing in delivering high-quality healthcare services. Interested vendors must submit comprehensive proposals that include pricing, technical specifications, and compliance with security requirements, with the selection process based on a Lowest Price Technically Acceptable (LPTA) methodology. For further inquiries, potential offerors can contact Wenda Wright at wenda.wright@ihs.gov or by phone at 605-226-7724.
    Pine Ridge Radiology Upgrades
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting proposals for the Pine Ridge Radiology Upgrades project located in Pine Ridge, South Dakota, under solicitation number 75H70124R00054. The project entails comprehensive renovations to the radiology department, including the removal and replacement of casework, countertops, flooring, ceiling tiles, and lighting, along with necessary electrical and plumbing upgrades. This initiative is crucial for modernizing healthcare facilities in Native American communities, ensuring compliance with current healthcare standards and technologies. The contract is a 100% Small Business Set Aside, with an estimated value between $250,000 and $500,000, and proposals are due electronically by the specified deadline. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Firm Fixed-Price, Non-Personal Healthcare Service, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ), Contract to provide Medical Laboratory Technologist Services for the Rosebud IHS Hospital, Rosebud, South Dakota
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm Fixed-Price, Non-Personal Healthcare Service contract to provide Medical Laboratory Technologist Services at the Rosebud IHS Hospital in South Dakota. The contract aims to secure up to 12 qualified medical technologists to deliver comprehensive laboratory services from October 15, 2024, to October 14, 2025, with the potential for four additional option years, emphasizing the importance of culturally competent care for the Native American community. The total contract value is capped at $7.5 million over five years, and interested contractors must submit their proposals by October 1, 2024, while ensuring compliance with health care standards and maintaining staffing levels. For further inquiries, contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    Sol_75H70724Q00138_IntelePharmacy Will Call System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the IntelePharmacy Will Call System to enhance pharmacy operations at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The procurement aims to alleviate congestion and improve patient service by implementing a system that manages prescription notifications and will call medication storage, with a contract duration of 12 months and options for renewal. This initiative is crucial for improving operational capacity and integrating technology in healthcare services, ensuring efficient patient care. Interested vendors must submit their proposals, including technical specifications and pricing, by September 30, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    Physical Therapist Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Physical Therapist Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. This opportunity involves a Firm Fixed-Price, Non-Personal Healthcare Service contract structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a performance period of one year and four optional years, aimed at enhancing healthcare delivery to Native American communities. Interested small businesses under NAICS Code 621340 must comply with various regulatory requirements, including background checks and credential verification, and are encouraged to submit their proposals via email by the specified deadline. For further inquiries, interested parties can contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    IHS, Pawnee Nephrology Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for nephrology services at the Pawnee Indian Health Center (PIHC) in Oklahoma, with the intent to award a one-year contract. The contractor will provide on-site nephrology care twice a month, with the possibility of adjustments based on patient demand, and must adhere to IHS quality standards and regulatory guidelines. This procurement is crucial for enhancing healthcare services for Native American populations, ensuring comprehensive nephrology care, and maintaining compliance with public health standards. Interested vendors must submit their quotes by 4:00 PM CST on September 5, 2023, to Judy Eaves at judy.eaves@ihs.gov, and the procurement is unrestricted with a focus on promoting participation from small and disadvantaged business enterprises.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, focusing on achieving USP compliance. The project encompasses various construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by October 18, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.
    Firm Fixed-Price, Non-Personal Healthcare Service, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract to provide Registered and Licensed Practical Nursing Services for the Outpatient Department at the Pine Ridge Indian Health Service
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for a Firm Fixed-Price, Non-Personal Healthcare Service contract to provide Registered Nurses (RNs) and Licensed Practical Nurses (LPNs) for the Outpatient Department at the Pine Ridge Indian Health Service Hospital and associated health centers in South Dakota. The contract aims to secure up to 10 licensed nursing staff, including no more than four LPNs, to support patient care duties and documentation requirements while adhering to established healthcare standards. This opportunity is critical for ensuring quality healthcare delivery to the Native American population served by IHS, with a contract structure that includes a base year and four option years, evaluated using a Lowest Price Technically Acceptable (LPTA) method. Interested parties should contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724 for further details and to respond to the attached RFQ by the specified deadline.
    Locate eligible & qualified SB Indian Economic Enterprises (IEE) able to provide Custodial or Janitorial (Housekeepers) Services within the IHS Great Plains Area for PHS/IHS Rosebud Hospital located in Rosebud, SD 57570
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking qualified Indian Economic Enterprises (IEE) to provide custodial and janitorial services for the PHS/IHS Rosebud Hospital located in Rosebud, South Dakota. The objective is to identify eligible firms capable of delivering comprehensive cleaning and sanitation services, particularly during staffing shortages, to maintain a safe environment for patients and staff at the 35-bed facility. This procurement is critical for ensuring high hygiene standards and operational continuity within the hospital, which serves a significant Native American population. Interested parties must respond to the sources sought notice by submitting their qualifications and capabilities to Ursula Maslonka at ursula.maslonka@ihs.gov, with a focus on compliance with the Buy Indian Act and relevant federal guidelines.