Sources Sought: Firm Fixed-Price, Commercial Item Purchase to provide Belmont Rapid Infusers RI-2, 1000 mL/min & 3-Spike Disposable Sets for the Pine Ridge Service Unit (PRSU) / BioMed, Pine Ridge IHS Hospital, Pine Ridge, South Dakota.
ID: PRSU-25-010Type: Sources Sought
Overview

Buyer

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

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for a firm fixed-price contract to procure Belmont Rapid Infusers RI-2, along with 3-Spike Disposable Sets for the Pine Ridge Service Unit at the Pine Ridge IHS Hospital in South Dakota. The contractor is required to deliver three Rapid Infusers and two sets of disposable supplies within 90 days of contract award, along with providing operator and service manuals. This procurement is crucial for enhancing medical services at the facility, ensuring efficient patient care through advanced medical equipment. Interested vendors must self-certify as an "Indian Economic Enterprise" under the Buy Indian Act and are encouraged to contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov for further details, with all submissions adhering to the guidelines outlined in the associated documents.

    Files
    Title
    Posted
    The contract aims to procure Rapid Infusers for the Pine Ridge Indian Health Service (IHS) Hospital. Specifically, the contractor is required to deliver three Belmont Rapid Infusers and two sets of related disposable supplies within 90 days following the contract award. The contractor must provide operator and service manuals, and all invoices must be submitted monthly through the U.S. Treasury’s Invoice Processing Platform, adhering to the Prompt Payment Act. The government will not relieve the contractor of liability associated with negligence or improper actions impacting health and safety. Any information generated in relation to the contract requires consent from the Contracting Officer for release. The document emphasizes that only the Contracting Officer has the authority to bind the government, and outlines specific limitations regarding modifications or agreements not made by the Contracting Officer. This procurement process reflects standard government practices in ensuring efficiency, accountability, and regulatory compliance throughout the contract execution.
    The document from the Indian Health Service outlines the requirements under the Buy Indian Act for contractors seeking to participate in federal solicitations. It specifically pertains to the self-certification of eligibility as an "Indian Economic Enterprise," which must be validated at three critical times: upon making an offer, at contract award, and throughout the contract performance. The contractor must notify the Contracting Officer immediately if eligibility is lost during these periods. Successful offerors must also be registered with the System for Award Management (SAM). The document stresses that providing false or misleading information can lead to severe legal consequences under U.S. law. The representation section requires the offeror to declare whether or not they meet the criteria for being considered an Indian Economic Enterprise, listing the necessary details such as ownership and tribal affiliation. This ensures that only qualified enterprises benefit from set-aside or sole source contracts, supporting the legislative intent of the Buy Indian Act to promote economic opportunities for Indian-owned businesses.
    Similar Opportunities
    Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to Provide Service & Maintenance Agreements for the GE Anesthesia Systems at GPA/IHS Service Units at Pine Ridge, Rosebud, and Belcourt. Base + Four (4) Option Years.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for a firm fixed-price contract to provide service and maintenance agreements for GE Anesthesia Systems at various service units located in Pine Ridge, Rosebud, and Belcourt. The contract will cover essential services such as calibration, preventive maintenance, unscheduled repairs, and technical support, ensuring compliance with OEM specifications and accreditation standards. This procurement is vital for maintaining the functionality and compliance of medical equipment within tribal health facilities, thereby supporting the health needs of the community. Interested vendors must self-certify their status as Indian Economic Enterprises and are encouraged to contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov for further details.
    SOURCES SOUGHT: Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide a Stryker EMS Cot & Load System Full-Service Contract for the Pine Ridge Service Unit (PRSU), Pine Ridge IHS Hospital, Pine Ridge, SD. Base + Four (4) Option Years.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified firms to provide a Firm Fixed-Price, Non-Personal Service Type contract for a Stryker EMS Cot & Load System Full-Service Contract at the Pine Ridge Service Unit, Pine Ridge IHS Hospital in South Dakota. The contract will encompass annual maintenance, including parts, labor, travel, and preventative service for the EMS department’s Stryker Power Load and Power Pro EMS cot and load systems, ensuring compliance with OEM specifications and maintaining the functionality and safety of critical EMS equipment. Interested parties, particularly those classified as Native-Owned, Small Business, or other designated categories, are encouraged to respond to this Sources Sought notice by submitting their company information and qualifications via email to David Jones at david.jones@ihs.gov by the specified deadline. The contract is set to commence within 90 days of award, with no funding guarantee or reimbursement for proposal preparation costs.
    Sources Sought Notice, Medtronic Integrated Power Console (IPC) System, M5 Microdebrider Handpiece, Accessories, Configuration, Trade-In and Annual Services, IHS, Phoenix Indian Medical Center
    Buyer not available
    The Indian Health Service (IHS), part of the Department of Health and Human Services, is seeking potential suppliers for the Medtronic Integrated Power Console (IPC) System, M5 Microdebrider Handpiece, and associated services at the Phoenix Indian Medical Center in Arizona. This Sources Sought Notice aims to gather capability statements from interested parties, particularly focusing on Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs), in accordance with the Buy Indian Act. The procurement is critical for enhancing surgical and medical instrument capabilities within the IHS, ensuring quality healthcare delivery to Native American populations. Interested firms must submit their letters of interest, including relevant documentation and IEE status representation, by February 19, 2025. For further inquiries, contact Donovan Conley at Donovan.Conley@ihs.gov or 602-364-5174.
    Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide a Service Life Extension Program, including Electronics Replacement, on Eaton 9390 UPS 100-160 for the Rosebud Service Unit (RSU), Rosebud IHS Hospital, Rosebud, SD.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide a Service Life Extension Program, including Electronics Replacement, for the Eaton 9390 UPS 100-160 at the Rosebud IHS Hospital in South Dakota. The procurement aims to ensure the operational reliability of critical medical equipment through necessary repairs and maintenance, which includes hardware delivery, onsite technician support, and proper disposal of outdated components. This initiative is part of the Buy Indian Act, promoting economic development within Indian communities, and emphasizes the importance of compliance with federal contracting regulations. Interested parties must respond to the Sources Sought notice by submitting their company information to David Jones at david.jones@ihs.gov, with no individual notifications of results provided. Registration in the System for Award Management (SAM) is mandatory for eligibility.
    Sources Sought for StealthStation ENT Navigation System
    Buyer not available
    The Indian Health Service (IHS), specifically the Phoenix Area Indian Health Service, is seeking qualified contractors to provide specific MEDTRONIC equipment or equivalent for the Phoenix Indian Medical Center. The procurement includes items such as the Stealthstation ENT Navigation System and various associated kits and instrument sets, aimed at enhancing medical capabilities within the facility. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting Native-owned small businesses in federal contracting. Interested vendors must submit their responses by February 11, 2025, to Phillip Wendzillo at phillip.wendzillo@ihs.gov, ensuring they meet the eligibility criteria as authorized distributors and provide necessary documentation regarding their socio-economic status.
    Dental Endodontic Equipment & Supplies for Santa Fe Indian Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking suppliers for dental endodontic equipment and supplies for the Santa Fe Indian Health Center in New Mexico. This procurement is part of a "Sources Sought" notice under the Buy Indian Set-Aside program, which aims to support Indian Economic Enterprises in fulfilling federal contract requirements. The goods and services are crucial for providing dental care to the Native American population served by the health center. Interested vendors must ensure compliance with the Indian Economic Enterprise Representation Form and maintain registration in the System for Award Management (SAM). For further inquiries, potential offerors can contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    SOURCES SOUGHT: Firm Fixed-Price, Commercial Item, Delivery/Task Order to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota. POP: Base Plus Four (4) Option Years
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU) at the Fort Yates IHS Hospital in North Dakota. The procurement aims to enhance laboratory services by supplying essential reagents for the Abbott Architect i1000SR Immunoassay Analyzer, which will be used for various diagnostic tests, including the detection of proteins, allergens, drugs, and infectious diseases. Timely delivery is crucial, with a requirement for items to be shipped within seven days and the capability for expedited overnight shipping in urgent situations. Interested parties must respond to the Sources Sought notice by providing their company information and identifying their business status in relation to the specified NAICS code (424210) by the deadline, with all submissions directed to David Jones at the Great Plains Area Indian Health Service.
    Sources Sought: Firm Fixed-Price, Commercial Item Purchase to provide Brand Name Only IT Equipment for the Lower Brule Service Unit (LBSU), Lower Brule Health Center (LBHC), Lower Brule, South Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified Native-Owned firms to provide Brand Name Only IT Equipment for the Lower Brule Service Unit and Lower Brule Health Center in South Dakota. The procurement focuses on Dell computing equipment, including the Dell OptiPlex All-in-One 7420 and Dell Latitude 5550, which are essential for enhancing operational effectiveness within government agencies. Interested parties must respond to this Sources Sought notice with their business information and confirm their eligibility as Indian Economic Enterprises, as outlined in the Buy Indian Act, by contacting David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov. Responses are due by the specified deadline, and all offerors must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Sol_75H70725Q00038 - Medical Supplies for Zuni Comprehensive Community Health Center, ISBEE SET ASIDE
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for medical supplies required for the inpatient departments at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) under the Buy Indian Act, emphasizing the government's commitment to supporting Indian-owned businesses while addressing critical healthcare needs. The contract will involve multiple awards and is structured as a firm-fixed price agreement, with a focus on ensuring compliance with quality standards established by the U.S. Food and Drug Administration. Interested vendors must submit their proposals by February 10, 2025, with inquiries due by February 3, 2025, to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    VITAL SIGNS MONITORS
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is seeking quotes for the procurement of twenty (20) Vital Signs Monitors, fourteen (14) wall mounts, and six (6) wheeled stands, as outlined in solicitation number 75H71325Q00017. The equipment is essential for replacing outdated blood pressure monitors and ensuring the delivery of high-quality healthcare services at the Western Oregon Service Unit in Salem, Oregon. The monitors must feature advanced capabilities such as touch screen operation, fast measurement, and compatibility with both adult and child cuffs, reflecting the commitment to maintaining reliable medical equipment for the Indian community. Interested vendors must submit their quotes by February 18, 2025, at 5:00 PM PST, to Jacob Blalock via email at jacob.blalock@ihs.gov, and ensure compliance with the Indian Small Business Economic Enterprise (ISBEE) set-aside requirements.