Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item, Brand Name Only, Purchase to provide Two (2) Olympus UHI-4 45L Highflow Insufflation Units for the IHS, TMSU, Quentin N. Burdick Memorial Health Care Facility, Belcourt, ND.
ID: IHS1509455Type: Sources Sought
Overview

Buyer

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

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

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, is seeking sources for a firm fixed-price contract to provide two Olympus UHI-4 45L Highflow Insufflation Units for the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota. This procurement is aimed at enhancing laparoscopic procedures by supplying advanced insufflation units that utilize CO2 gas, along with features for automatic suction and smoke evacuation. The contract will have a performance period of ten weeks following the award, and interested vendors must self-certify their status as Indian Economic Enterprises, ensuring compliance with the Buy Indian Act. For further inquiries, potential offerors can contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov.

    Files
    Title
    Posted
    The document outlines a solicitation from the Indian Health Service under the Buy Indian Act, requiring self-certification from Offerors asserting their status as “Indian Economic Enterprises.” It specifies that Offerors must meet this definition at three critical points: when submitting an offer, at contract award, and throughout the contract's duration. If eligibility changes, contractors must inform the Contracting Officer immediately. The document emphasizes the importance of honest representation, stating that false claims can lead to legal penalties. Offerors are also required to be registered in the System of Award Management (SAM). It concludes with a representation section for certification, requiring details such as the business name and Unique Entity ID. This document highlights compliance and accountability in federal contracting aimed at supporting Indian-owned businesses.
    The contract aims to procure two Olympus UHI-4 Intra-abdominal Insufflation Units for the Great Plains Area Indian Health Service, intended for laparoscopy procedures that utilize CO2 gas for abdominal insufflation, alongside automatic suction and smoke evacuation functionalities. The contract is a firm-fixed price type with a performance period of ten weeks following the award. Key elements include the contractor's obligation to provide service documentation for calibration and maintenance, with invoices submitted via the U.S. Treasury’s Invoice Processing Platform to ensure timely payments. Liability clauses underscore the contractor's responsibility for health and safety compliance, maintaining that the Government will not release them from accountability for negligence or improper actions. Information generated from the contract is confidential and cannot be disclosed without the Contracting Officer's consent. All contractor terms and conditions will adhere to federal regulations, providing a structured approach to ensure compliance and operational efficiency throughout the contract term. This RFP reflects the federal government's commitment to maintaining high standards in healthcare equipment procurement and patient safety.
    Similar Opportunities
    Name Brand or Equal to: Nanosonics Trophon 2 High Level Disinfection Device, Santa Fe Indian HC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for the acquisition of a Nanosonics Trophon 2 High-Level Disinfection Device, along with annual preventive maintenance services, for the Santa Fe Indian Health Center in New Mexico. This procurement emphasizes the need for equipment that meets specific dimensions and compatibility with existing systems, as outlined in the Performance Work Statement (PWS), and encourages participation from Indian Small Business Economic Enterprises under a Buy Indian Set-Aside initiative. The contract will be structured as a firm-fixed-price agreement, covering a base year with four option years for maintenance services, and will involve performance evaluations to ensure compliance with federal standards. Interested parties can contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754 for further details.
    GE Imaging Systems Maintenance Agreement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Economic Enterprises (IEEs) for a GE Imaging Systems Maintenance Agreement. This procurement aims to establish a Firm-Fixed Price, Non-Personal Service Type Contract for maintenance services across five healthcare facilities located in South Dakota and North Dakota, focusing on onsite calibration, preventive maintenance, and safety testing in accordance with original equipment manufacturers' recommendations and federal healthcare standards. The contract is anticipated to last five years, with services scheduled at quarterly, semi-annual, and annual intervals, ensuring compliance with accrediting standards and enhancing the operational efficiency of medical equipment. Interested parties must submit their capabilities via email to William Kohl at william.kohl@ihs.gov by March 17, 2025, as this notice serves informational purposes only and does not guarantee contract award or payment for responses.
    Respiratory Equipment and Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking Indian Economic Enterprises (IEE) to supply respiratory equipment and supplies for the Rosebud Comprehensive Health Care Facility in South Dakota. The contract aims to provide essential respiratory care items, such as oxygen concentrators and CPAP machines, for patients without alternative healthcare coverage, thereby enhancing health outcomes for Native Americans. This procurement is crucial for improving the quality of life for the Rosebud Sioux tribal members and will operate under a Firm-Fixed Price Purchase Order for a base year with four potential option years, starting from May 1, 2025, to April 30, 2026. Interested vendors should submit their responses via email to the designated Contract Specialist by March 17, 2025, and are encouraged to register with the electronic Invoice Processing Platform (IPP) for payment processing. For further inquiries, contact William Kohl at william.kohl@ihs.gov or call 605-268-3136.
    Brand Name/Equal to: Two (2) Endodontic Equipment & Supplies, SFIHC
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for the procurement of two Endodontic equipment units and related supplies for the Santa Fe Indian Health Center's Dental Clinic in New Mexico. This solicitation is governed by the Buy Indian Act, prioritizing offers from Indian Small Business Economic Enterprises, although other small businesses may also be considered. The equipment and supplies are crucial for providing dental care services, ensuring quality treatment for the local community. Interested vendors must comply with the outlined requirements, including self-certification as an Indian Economic Enterprise, and are encouraged to contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or 505-256-6754 for further details. The contract will be a Firm-Fixed-Price Purchase Order, with potential extensions from 2025 to 2030.
    Notice of Intent - NNMC BPAs for Multiple Awards of Medical and Surgical Supplies for OR Dept.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is issuing a Notice of Intent for Blanket Purchase Agreements (BPAs) to procure medical and surgical supplies for the Operating Room Department at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. This procurement aims to secure a comprehensive range of essential supplies, including surgical gloves, anesthesia items, and sterilization materials, to support various surgical specialties at the medical center. The BPA will span five years, consisting of one base year and four optional years, allowing for efficient and responsive supply chain management to meet healthcare operational needs. Interested vendors can contact Beverly Begay at beverly.begay@ihs.gov or by phone at 505-368-6292 for further details regarding this opportunity.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide a Bone Density Scanner for the Pine Ridge Service Unit (PRSU), Pine Ridge IHS Hospital, Pine Ridge, South Dakota. Period of Performance: 6 Months from Date of Award.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for a Firm Fixed-Price contract to procure a bone density scanner for the Pine Ridge Service Unit at the Pine Ridge IHS Hospital in South Dakota. This procurement aims to enhance medical services by providing essential imaging equipment, which is crucial for diagnosing and monitoring bone health in patients. The solicitation emphasizes a total small business set-aside, encouraging participation from small businesses while adhering to federal procurement regulations. Interested vendors must submit competitive pricing and comply with technical specifications, with the evaluation based on a Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential offerors can contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov, with the period of performance set for six months from the date of award.
    Firm Fixed-Price, Commercial Item, Purchase to provide 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 vendors to provide IT equipment for the Lower Brule Service Unit in Lower Brule, South Dakota. The procurement involves a Firm Fixed-Price Commercial Item Purchase Order for various Dell laptops and monitors, adhering to a "100% Buy Indian, Small Business" standard, with a delivery period of 45 days from the date of award. This initiative is crucial for ensuring compatibility and continuity with existing systems, thereby enhancing operational efficiency and minimizing administrative costs. Interested parties must submit their bids by March 20, 2025, and are required to comply with federal procurement regulations, including registration with the System for Award Management. For further inquiries, vendors can contact David Jones at david.jones@ihs.gov or Nichole Lerew at nichole.lerew@ihs.gov.
    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.
    SURGICAL INSTRUMENTS FOR THE PINE RIDGE IHS HOSPITAL
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for the procurement of surgical instruments for the Pine Ridge IHS Hospital located in South Dakota. This opportunity is part of a Buy Indian Set-Aside initiative, aimed at promoting the participation of Indian-owned businesses in federal contracting, particularly within the surgical and medical instrument manufacturing sector. The instruments are critical for providing essential healthcare services to the local population, ensuring that the hospital can effectively meet its medical needs. Interested vendors can reach out to Mary Baird at mary.baird@ihs.gov or by phone at 605-867-3379 for further information regarding this procurement opportunity.
    Delivery of Liquid Bulk Oxygen
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for the delivery of liquid bulk oxygen to the Navajo Area Indian Health Service in Crownpoint, New Mexico. This procurement is part of a Special Notice and is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting local businesses in the region. Liquid bulk oxygen is critical for various medical applications, ensuring that healthcare facilities can provide essential services to the community. Interested vendors can reach out to Brenda Joe at brenda.joe@ihs.gov or by phone at (505) 786-6217 for further details regarding the opportunity.