Sources Sought - CRSU: Backup Generator Rental
ID: IHS1507670-BIAType: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)

Set Aside

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

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking Indian Small Business Economic Enterprises (ISBEEs) to provide rental services for a backup generator at the Colorado River Service Unit (CRSU) Peach Springs Health Center in Arizona. The contractor will be responsible for supplying a generator that meets specific technical requirements, ensuring compliance with safety and regulatory standards, and maintaining reliable emergency power for the clinic's Life Safety system during power outages. This procurement is crucial for supporting healthcare services in remote tribal communities, with a rental period of six months and the possibility of extension. Interested vendors should contact Kenneth Nicholson at kenneth.nicholson@ihs.gov for further details and must comply with the Buy Indian Act, including self-certification of their status as an Indian Economic Enterprise.

    Point(s) of Contact
    Kenneth Nicholson
    kenneth.nicholson@ihs.gov
    Files
    Title
    Posted
    The Indian Health Service (IHS) is seeking contractors to provide medical-grade refrigerator and freezer maintenance and emergency generator rental services. This notice is intended for market research, particularly to determine compliance with the Buy Indian Act and the appropriate set-aside for Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs). The medical-grade services involve urgent preventative maintenance and repair services, while the generator rental is required for the Colorado River Service Unit's Peach Springs Clinic in Arizona during power outages, anticipated for six months with a potential extension. Interested vendors must submit responses detailing their qualifications, business classifications (IEE or ISBEE), and adherence to requirements, including a self-certification on designated forms. This sources sought notice seeks to confirm the capability of IEE/ISBEE firms to participate in providing the necessary services while promoting economic opportunities for Indian-owned businesses. The document emphasizes the government's commitment to prioritizing Indian economic enterprises in federal contracting opportunities.
    The Colorado River Service Unit (CRSU) is seeking bids for an emergency generator rental for the Peach Spring Clinic, which serves tribal communities in Arizona and Nevada. The document outlines the specifications required for the generator, including engine details, alternator design, power capabilities, and trailer requirements. The generator is crucial for maintaining the clinic's Life Safety system during power interruptions and must comply with specific safety and regulatory standards. The rental period is six months, with an additional optional extension, and all operations must take place during normal business hours. Contractors are responsible for providing documentation, ensuring equipment compatibility, and meeting delivery timelines. An itemized list of equipment and a copy of the last load bank test are required before acceptance. This statement of work reflects CRSU's commitment to ensuring reliable emergency power for healthcare services in remote areas.
    The document is a representation form for Offerors responding to solicitations under the Buy Indian Act by the Indian Health Service (IHS) of the Department of Health and Human Services. It requires Offerors to self-certify their status as an “Indian Economic Enterprise,” ensuring they meet specific eligibility criteria both at the time of offer submission and during the contract term. The form mandates that any change in eligibility must be reported immediately to the Contracting Officer. Additionally, Offerors are required to be registered with the System of Award Management (SAM) and are warned that providing false information is a legal violation with serious consequences. Key information includes the details of the 51% owner of the enterprise, the name of the federally recognized tribal entity, and the business's unique identifier. This structure reflects the careful consideration the IHS gives to compliance with the Buy Indian Act, aiming to support economic opportunities for Indian-owned businesses.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    BUY INDIAN SOURCE SOUGHT NOTICE FOR MAJOR HOUSEHOLD APPLIANCES
    Buyer not available
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential contractors for the delivery of major household appliances, including washers, dryers, refrigerators, and microwaves, specifically for the Crownpoint Service Unit in New Mexico. This procurement is part of the Buy Indian Set-Aside initiative, aimed at promoting economic opportunities for Indian-owned enterprises, with a focus on the Major Household Appliance Manufacturing industry (NAICS code 335220). Interested parties are invited to submit their qualifications and capabilities by July 19, 2025, at 10:00 am (MDT) to Janice Martinez at Janice.Martinez@ihs.gov, ensuring compliance with registration requirements in the System for Award Management (SAM) and including necessary documentation such as the IHS IEE Representation Form if applicable.
    Diesel Utility vehicles
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotations for the procurement of two Kubota utility vehicles, the RTV-X1100CWL and RTV-X1140WL-H models, for the Phoenix Indian Medical Center. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) categorized as Native American small businesses under NAICS code 336999, focusing on the manufacturing of all other transportation equipment. The selected vendor will be responsible for delivering new equipment to the medical center, with all submissions required to include detailed quotations from authorized OEM dealers or distributors. Interested parties must submit their quotes by July 22, 2025, and can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or by phone at 602-364-5012 for further information.
    Harloff A-series Medical Carts
    Buyer not available
    The Indian Health Service (IHS) is soliciting quotes for the procurement of Harloff A-Series Medical Carts for its Colorado River Service Unit located in Parker, Arizona. This opportunity is exclusively set aside for American Indian and Alaska Native small businesses, in compliance with the Buy Indian Act, and requires vendors to be registered with the System for Award Management (SAM) as authorized distributors to ensure warranty and service from the Original Equipment Manufacturer (OEM). The procurement emphasizes the importance of high-quality medical equipment in supporting healthcare services for Indigenous communities, with quotes due by July 22, 2025, and questions accepted until July 10, 2025. Interested vendors can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or by phone at 602-364-5012 for further information.
    Compressor
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking a qualified vendor to replace a compressor at the Fort Yuma Service Unit in Winterhaven, California. The procurement involves the installation of a 10-ton R-410 scroll compressor, including all necessary labor, materials, and permits, with a focus on maintaining operational functionality of the clinic throughout the project duration of thirty days. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires vendors to submit comprehensive pricing and technical details electronically by 5:00 PM EDT on July 22, 2025. Interested parties can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or by phone at 602-364-5012 for further information.
    SB Solicitation: Firm Fixed-Price, Non-Personal Service Type, Brand Name Only, Commercial Item to provide a Service Life Extension Program, including Electronics Replacement, on Eaton 9390 UPS 100-160 for the Rosebud IHS Service Unit, Rosebud, SD.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting quotes for a Firm Fixed-Price, Non-Personal Service Contract to implement a Service Life Extension Program for Eaton 9390 UPS systems at the Rosebud IHS Hospital in South Dakota. The procurement focuses on providing comprehensive repair services, including preventive maintenance and parts replacement, specifically for the Eaton UPS equipment, ensuring compliance with OEM standards and operational readiness at the healthcare facility. Interested small businesses must submit their proposals by August 1, 2025, with the evaluation based on the Lowest Price Technically Acceptable (LPTA) criteria, and can direct inquiries to David Jones at david.jones@ihs.gov or by phone at 605-226-7328.
    BUY INDIAN SOURCES SOUGHT NOTICE: UPS BATTERIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is conducting a Sources Sought Notice to identify potential sources for the procurement of 80 HX400-12FR Universal Power Supply (UPS) batteries. This market research aims to gather information on qualified suppliers to fulfill this requirement, which falls under the NAICS code 335999 for All Other Miscellaneous Electrical Equipment and Component Manufacturing. The initiative supports the Buy Indian Act, promoting economic opportunities for Indian-owned businesses in federal contracting. Interested parties are encouraged to submit their qualifications and relevant documentation to Janice Martinez at Janice.Martinez@ihs.gov by July 21, 2025, ensuring compliance with SAM.gov registration and the submission of the IHS IEE Representation Form if applicable.
    Source Sought Seeking ISBEE and/or IEE contractors to Purchase Brand Name Only ASI Medical Inc; Triton™ Restorative Dental Delivery System Self- Contained, Equipment, Supplies, Parts and Accessories IHS Pine Ridge Hospital located in Pine Ridge, SD
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified Indian Small Businesses Economic Enterprises (ISBEE) or Indian Economic Enterprises (IEE) to provide a brand-name ASI Medical Inc; Triton™ Restorative Dental Delivery System Self-Contained for the Pine Ridge Hospital in South Dakota. The procurement aims to acquire specific dental equipment and accessories, including a mobile dental cart with an amalgam separator and fiber optic systems, to enhance dental surgical procedures, with delivery expected within 90 days of contract award. This acquisition is critical for maintaining essential dental services at the hospital, thereby reducing the need for patient referrals to external facilities. Interested parties should submit their capability statements to Ursula Maslonka at ursula.maslonka@ihs.gov by July 31, 2025, at 9:00 am Central Time.
    IHS, Mid-Atlantic Service Unit Pharm and Lab Equipment
    Buyer not available
    The Indian Health Service (IHS), part of the Department of Health and Human Services, is seeking proposals for a firm fixed-price contract to procure essential pharmacy equipment for the Mid-Atlantic Service Unit located in Charles City, Virginia. The procurement includes three pharmacy refrigerators, one freezer, and one narcotics safe, which are critical for the effective storage of medications and the overall operation of the new health center aimed at serving federally recognized Native American tribes in the area. This initiative underscores the IHS's commitment to enhancing healthcare access for American Indians and Alaska Natives through improved infrastructure. Interested vendors must submit their proposals by August 6, 2025, and are encouraged to contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further information. The contract is set aside for Indian Small Business Economic Enterprises, emphasizing the importance of compliance with eligibility requirements as outlined in the solicitation documents.
    Fire Suppression System Inspection & Services-Northern Cheyenne Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Fire Suppression System Inspection and Services for the Northern Cheyenne Service Unit located in Lame Deer, Montana. The procurement aims to identify Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of fulfilling the requirements for fire suppression system inspections and services over a one-year period, with the potential for four additional option years. This initiative is crucial for ensuring the safety and compliance of health facilities and government housing quarters under the Indian Health Services. Interested parties must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Tanya Azure at Tanya.Azure@ihs.gov within 15 days of the announcement, referencing Sources Sought ID SS75H70925NC006.
    IHS, Pawnee Orthopedic Clinic Services
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide orthopedic services at the Pawnee Indian Health Center in Oklahoma. The contractor will be responsible for delivering on-site orthopedic services at least twice monthly, which includes conducting diagnostic examinations, performing minor procedures, prescribing treatments, and coordinating care with primary providers, all within a Joint Commission accredited facility. This initiative is crucial for enhancing healthcare access and quality for American Indians and Alaska Natives, ensuring culturally competent care. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form by 2:00 PM Central Time on July 25, 2025, to Judy Eaves at judy.eaves@ihs.gov.