PM on Reverse Osmosis Equipment
ID: 75H70525Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBEMIDJI AREA INDIAN HEALTH SERVICEBEMIDJI, MN, 56601, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Health and Human Services, specifically the Indian Health Service's Bemidji Area, is seeking proposals for preventive maintenance and repair services for Reverse Osmosis (RO) equipment at the Red Lake Hospital in Minnesota. The procurement aims to ensure the operational efficiency and compliance of the RO equipment, which is vital for the Sterile Processing Department, through a five-year firm-fixed price contract set aside for small businesses. This initiative underscores the importance of maintaining health standards and operational integrity within the facility. Interested contractors must submit their proposals by February 28, 2025, to Christopher Millard at Christopher.Millard@ihs.gov, and are encouraged to review the detailed requirements outlined in the associated documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a service contract regarding preventive maintenance (PM) and repair of Reverse Osmosis (RO) equipment within the Sterile Processing Department of the Red Lake Hospital. The contract, which is a five-year firm-fixed price agreement specifically allocated for small businesses, includes detailed technical requirements for performing routine maintenance, including quarterly disinfection, filter exchanges, and annual UV bulb replacement. The government will furnish access to the necessary facility, while the contractor is responsible for completing all required maintenance tasks and reporting findings after each service. Invoicing and payment processes are clearly defined, with stipulations for electronic submission via the U.S. Treasury's Invoice Processing Platform (IPP). Additionally, there are extensive clauses related to federal acquisition regulations and compliance with Indian Health Service requirements. Overall, the RFP emphasizes the importance of maintaining RO equipment to ensure operational efficiency and compliance with health standards at the facility, reflecting the government's commitment to securing specialized services through careful procurement processes.
    The document outlines provisions for a federal Request for Proposal (RFP) concerning the acquisition of Reverse Osmosis Equipment. Key components include instructions for offerors, eligibility criteria specifically for small businesses under various classifications such as HUBZone, economically disadvantaged women-owned, and service-disabled veteran-owned businesses. The submission of offers must adhere to specified formats and include systematic details including solicitation numbers, technical descriptions, pricing, and acknowledgment of amendments. The RFP encourages multiple submissions and highlights critical evaluation factors like past performance and compliance with federal regulations. Offerors must certify representation on various matters, including tax liabilities, labor practices, and adherence to equal employment opportunity requirements. The inclusion of provisions like the Buy American Act and Trade Agreements emphasizes the importance of sourcing domestic products. The purpose of the document is to facilitate transparent and compliant procurement processes while promoting engagement from diverse business categories. This RFP exemplifies efforts by the federal government to ensure fairness and integrity in awarding contracts, particularly to small and disadvantaged businesses while maintaining regulatory compliance and accountability.
    The document outlines a combined synopsis/solicitation (RFQ #75H70525Q00009) for the preventative maintenance of reverse osmosis equipment at the Red Lake Service Unit in Minnesota. This procurement is set aside for small businesses and operates under a firm fixed price contract framework. The primary goal is to ensure compliance with all relevant regulations regarding the maintenance and performance of the equipment, which is critical for the facility’s Sterile Processing Department. Bidders are required to provide a capability statement showcasing their ability to meet the specifications outlined in the attachment and must complete relevant certification and bid schedule forms. The contract includes a base year with up to four potential one-year options, with the bid deadline set for February 28, 2025. Contractors must email their proposals to the designated contact. The document emphasizes the importance of thorough responses to proposal requirements to ensure compliance and successful bidding.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Water Softener Salt and Delivery
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the supply and delivery of water softener salt to the Red Lake Hospital in Minnesota. The contract requires the contractor to deliver approximately 1,730 pounds of water softener salt every two weeks, totaling an estimated 47,000 pounds per year, with a firm-fixed price structure and set aside for small businesses. This procurement is essential for maintaining the hospital's water quality and operational efficiency, adhering to safety and environmental standards. Interested parties must submit their proposals by February 28, 2025, and can direct inquiries to Christopher Millard at Christopher.Millard@ihs.gov or call 218-444-0511.
    RT with Mammography Certification Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Radiologic Technologist services with Mammography Certification at the White Earth Health Center in Minnesota. This opportunity is exclusively set aside for Indian Economic Enterprises (IEE), requiring interested parties to self-certify their eligibility and comply with the Buy Indian Act. The contract will be structured as a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, covering a base year and three additional one-year options, with a total potential value of $2.5 million. Proposals must be submitted by February 24, 2025, at 1:00 PM CT, and should include all required documentation, including the IEE Certification form. For further inquiries, interested parties can contact Mary Simon at mary.simon2@ihs.gov or Jennifer Richardson at Jennifer.Richardson@ihs.gov.
    Maintenance Shop at Rosebud, SD
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the construction of a maintenance shop located in Rosebud, South Dakota. This project falls under the category of Commercial and Institutional Building Construction, with a focus on the construction of hospitals and infirmaries. The opportunity is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracts. Interested parties can reach out to Lisa Menken at Lisa.Menken@ihs.gov or Jenny Scroggins at jenny.scroggins@ihs.gov for further details. The presolicitation notice indicates that the procurement process is underway, and potential bidders should prepare to submit their proposals in accordance with the outlined requirements.
    Preventative Maintenance for Siemens HVAC Equipment for White Earth Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a contractor for preventative maintenance of Siemens HVAC equipment at the White Earth Clinic. The procurement aims to ensure the functionality and compliance of HVAC systems that are no longer under warranty, necessitating annual maintenance and updates from a licensed service provider. This opportunity is critical for maintaining the operational efficiency of healthcare facilities, particularly in ensuring a comfortable and safe environment for patients and staff. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details, with the estimated contract value not exceeding $37,706.
    Inspection and Testing the Piped Medical Gas Systems for the Great Plains Area Indian Health Service
    Buyer not available
    The Indian Health Service (IHS) is seeking proposals for the inspection and testing of piped medical gas systems at healthcare facilities in North and South Dakota. The contract requires comprehensive annual inspections of various medical gas systems, including oxygen, medical air, nitrous oxide, and vacuum systems, ensuring compliance with safety standards set by the Centers for Medicare and Medicaid Services and the Joint Commission. This initiative is crucial for maintaining patient safety and operational integrity within IHS facilities. Proposals are due by December 30, 2024, at 11:00 a.m. PST, and interested contractors should contact Ms. Erin Doering at Erin.Doering@ihs.gov or by phone at 605-226-7662 for further information.
    Phoenix Areawide Optometry PM & Repairs
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a contractor to provide preventative maintenance and repair services for optometry and ophthalmology equipment across its facilities serving approximately 140,000 Native American users in Arizona, Nevada, California, and Utah. The primary objective is to ensure that the equipment operates safely and effectively, adhering to manufacturer specifications and regulatory standards, which includes scheduled maintenance, corrective repairs, and thorough documentation of all services performed. This initiative is crucial for maintaining the reliability of medical equipment essential for patient care within the comprehensive health service network. Interested contractors must submit their quotations by February 27, 2025, and can contact Dale C. Clark at dale.clark@ihs.gov for further information regarding the procurement process.
    BPA for surgical items
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for a Blanket Purchase Agreement (BPA) for surgical items, with a focus on promoting Indian Economic Enterprises. This procurement aims to acquire a range of medical and surgical instruments, including biologics and trauma-related supplies, essential for healthcare services provided to Indian communities. The contract will cover a base year from March 15, 2025, to September 30, 2025, with written quotes due by February 26, 2025, at 1:00 PM CST. Interested vendors must ensure compliance with the Buy Indian Act, be registered in the System for Award Management (SAM), and provide detailed technical documentation, with inquiries directed to Misti Bussell at misti.bussell@ihs.gov or by phone at 918-342-6235.
    ScriptPro Equipment, Service, and Maintenance - Whiteriver Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the lease and maintenance of a medication dispensing system at the Whiteriver Service Unit in Arizona. The system must be compatible with existing ScriptPro equipment and is intended to enhance pharmaceutical services for approximately 17,000 tribal members, supporting various departments including outpatient and emergency pharmacies. This procurement aligns with federal objectives to improve healthcare delivery among Native American populations and includes provisions for maintenance, service, and training over a 48-month period. Interested contractors must self-certify as an Indian Economic Enterprise under the Buy Indian Act and can contact Dekovan Cook at Dekovan.Cook@ihs.gov or 602-364-5018 for further details.
    Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide Areawide Service, Support, and Maintenance Agreement for Shimadzu Imaging Equipment for IHS Health Care Facilities throughout the Great Plains Area.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking sources for a firm fixed-price contract to provide a comprehensive service, support, and maintenance agreement for Shimadzu imaging equipment across healthcare facilities in the Great Plains Area, including South Dakota, North Dakota, Iowa, and Nebraska. The procurement aims to ensure both scheduled preventive maintenance and unscheduled repairs, adhering to standards set by the original equipment manufacturer and regulatory bodies, thereby maintaining the quality and safety of essential imaging equipment used in healthcare delivery. Interested parties must comply with the Buy Indian Act, affirming their status as an "Indian Economic Enterprise," and are required to be registered with the System of Award Management (SAM). For further inquiries, potential offerors can contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov.
    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.