Mobile CT Scanner Services for various Great Plains Area - IHS Facilities
ID: IHS1504291Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Diagnostic Imaging Centers (621512)

PSC

LEASE OR RENTAL OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (W066)

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 (IHS), is seeking proposals for Mobile CT Scanner Services to support various healthcare facilities in the Great Plains Area, including locations in South Dakota. The procurement aims to provide essential diagnostic imaging services through the rental of a Toshiba Aquilion 64 CT scanner, ensuring operational efficiency and quality patient care during the contract period from June 1, 2025, to November 30, 2025. This initiative is part of the Buy Indian Set-Aside program, emphasizing the importance of contracting with Indian Economic Enterprises to enhance healthcare delivery in underserved regions. Interested contractors must submit their offers, including pricing and qualifications, directly to the Contracting Officer, Ashleigh Yazzie, by the specified deadline, with a focus on demonstrating past performance and logistical capabilities.

    Files
    Title
    Posted
    The document is a solicitation form for the Indian Health Service under the Buy Indian Act, aimed at Indian Economic Enterprises (IEEs). It requires Offerors to self-certify their eligibility as an IEE, which must be maintained throughout the bidding and contract execution processes. The Offeror must notify the Contracting Officer if they cease to meet eligibility criteria at any time. Individual Contracting Officers may request additional documentation of eligibility before granting contracts. Any fraudulent information can result in severe legal consequences, including penalties for false claims. Successful Offerors must also be registered with the System of Award Management (SAM). The form includes fields for ownership details, certification signatures, and identification of the tribal entity involved. Overall, the document is structured to ensure compliance with the Buy Indian Act and to protect the integrity of contract awards to Indian-owned businesses.
    The Indian Health Service (IHS) is conducting a Sources Sought Notice aimed at identifying potential vendors for the temporary rental of a mobile Computer Augmented Tomography Scanner for Great Plains Area (GPA) healthcare facilities across North Dakota, South Dakota, Nebraska, and Iowa. The notice is primarily for market research to assess the availability of Indian Small Businesses Economic Enterprises (ISBEE) or Indian Economic Enterprises (IEE). The anticipated period of performance is from June 1, 2025, to May 31, 2026, with specified healthcare facilities listed for service. Interested vendors are required to submit a capability statement that includes company information, experience with similar contracts, staffing capabilities, and technical qualifications. All submissions must be sent by April 1, 2024, and must reference Sources Sought Number IHS1504291 in the subject line. The purpose of this notice is informational, and it does not constitute a commitment or obligation to award a contract. Responses may inform the IHS on the best contract procurement options, including potential set-asides. The IHS emphasizes the need for detailed and comprehensive information to establish vendors' qualifications while maintaining strict confidentiality protocols.
    The contract outlines the provision of a mobile Computer Augmented Tomography (CT) Scanner for the Great Plains Area Indian Health Service, which encompasses South Dakota, North Dakota, Iowa, and Nebraska. It is a firm-fixed price contract designed to support multiple healthcare facilities with equipment rental, including setup and operational assistance for the duration specified. The CT scanner in use is the Toshiba Aquilion 64, known for its advanced features, such as real-time imaging capabilities and ergonomic design aimed at enhancing workflow efficiency. The agreement specifies the contractor's responsibilities, which include providing maintenance documentation, ensuring equipment operation within manufacturer guidelines, and adhering to quality control measures. Any damages resulting from misuse or external factors are exempt from contractor liability. The contractor must have a proven track record in similar services and is required to perform regular preventive maintenance per OEM specifications. Payment for services rendered is contingent upon accurate invoicing under the Prompt Payment Act. This contract reflects the Government's effort to enhance medical imaging services within the served regions, ensuring patient care safety and operational effectiveness.
    The document outlines the Wage Determination No. 2015-5377 issued by the U.S. Department of Labor, detailing wage and fringe benefit requirements under the Service Contract Act for contractors in South Dakota. The determination specifies minimum wage rates based on the commencement and renewal dates of contracts. For contracts after January 30, 2022, the minimum wage is $17.75 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, have a minimum of $13.30 per hour. The document provides an extensive list of occupations, their respective wage rates, and required fringe benefits, such as health and welfare, vacation, and holiday pay. Additionally, it clarifies compliance requirements, including provisions for uniform allowances and additional classification requests through the Standard Form 1444 process. The overarching goal is to ensure fair compensation and worker protection under federal contracts, reflecting the government's commitment to equitable labor standards in publicly funded projects.
    Similar Opportunities
    AMENDMENT NUMBER TWO (2). Firm fixed price, non-personal, commercial medical service purchase order for Radiology Interpretive Services for the Fort Thompson Health Care Center-Indian Health Service, Fort Thompson, South Dakota.
    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 commercial medical service purchase order for Radiology Interpretive Services at the Fort Thompson Health Care Center in South Dakota. The contract will cover a base year plus four option years, requiring all-inclusive pricing for an estimated average of 300 X-ray and 30 Ultrasound interpretive readings per month. This procurement is critical for providing essential radiological services to the community, ensuring timely and accurate medical assessments. Interested vendors must submit their proposals by December 19, 2025, at 12 PM CT, and can direct inquiries to William Kohl at william.kohl@ihs.gov or by phone at 605-742-3686.
    Ultrasound system
    Health And Human Services, Department Of
    The Indian Health Service (IHS), specifically the Phoenix Area Indian Health Service, is seeking quotations for the procurement of a Sonosite ST Ultrasound System, along with a small basket and an L19-5 transducer. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 339112 and PSC code 6515, emphasizing the importance of supporting Native American small businesses in the healthcare sector. The successful vendor must be an authorized OEM dealer, and all items must be new, with shipping costs included to the Supai Clinic in Parker, Arizona. Quotes are due by December 22, 2025, at 5:00 PM Eastern, and interested parties should contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or by phone at 602-364-5012 for further details.
    Sources Sought - Medical Physicist Services for the Cheyenne River Health Center, Eagle Butte, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Medical Physicist Services for the Cheyenne River Health Center located in Eagle Butte, South Dakota. The primary objective of this procurement is to ensure compliance with radiation protection standards through the provision of services by a Qualified Medical Physicist, who will oversee equipment inspections, acceptance testing, and radiation safety protocols. This opportunity is particularly significant as it aims to enhance the quality of healthcare services provided to the local community, ensuring that medical imaging equipment meets established safety and operational standards. Interested parties must submit their capability statements via email to Jordyn Brown by December 18, 2025, at 1:00 PM Mountain Time, referencing Sources Sought Number IHS1519229, and must also self-certify as an Indian Economic Enterprise under the Buy Indian Act.
    75H70626Q00009-Total Small Business Set-Aside, Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) Services for the Quentin N. Burdick Memorial HealthCare Facility in Belcourt North Dakota.
    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 contract for Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) services at the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. The procurement is a Total Small Business Set-Aside under NAICS Code 561320, requiring all-inclusive pricing that covers travel, lodging, per diem, and taxes, with a contract term consisting of a Base Period and four Option Years. This service is critical for providing essential diagnostic imaging support to the healthcare facility, ensuring compliance with security clearances, including FBI background checks and screenings against the OIG Exclusion List. Interested vendors must submit their quotes by December 16, 2025, at 12:00 pm CST, with quotes remaining valid until March 31, 2026. For further inquiries, contact Jody Keplin at jody.keplin@ihs.gov or by phone at 701-477-8416.
    Firm-Fixed-Price Hillrom Centrella Beds for CRHC
    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 contract to purchase two Centrella Hillrom beds for the Cheyenne River Health Center located in Eagle Butte, South Dakota. This procurement is a 100% Small Business Set-Aside under NAICS Code 339112, focusing on the acquisition of new medical equipment to enhance patient care and operational efficiency at the health center. Proposals must be submitted by January 14, 2025, at 2:00 PM CT, and should include comprehensive details such as technical descriptions, pricing, and past performance information. Interested vendors should direct inquiries to Mona Weinman at mona.weinman@ihs.gov, and ensure compliance with registration requirements at SAM.gov and the use of the Invoice Processing Platform for invoicing.
    TMDE Physiological Monitor Test Equipment for the Great Plains Area Indian Health Service (GPAIHS), Biomedical Department, Aberdeen, South Dakota
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking qualified vendors to provide TMDE Physiological Monitor Test Equipment for the Great Plains Area Indian Health Service (GPAIHS) Biomedical Department located in Aberdeen, South Dakota. The procurement aims to acquire essential equipment, including the SimCube SC-5kit, Pronk Inflator Pressure Calibrator, SimSlim SL-8, and OxSim Flex w/ Mobilize, which are critical for the testing, verification, and calibration of medical devices to ensure patient safety and regulatory compliance within IHS healthcare facilities. Interested parties must be authorized distributors or original equipment manufacturers (OEMs) and are required to submit a capability statement detailing their experience and capacity by December 26, 2025, at 12:00 p.m. Central Standard Time (CST). For further inquiries, contact Wenda Wright at wenda.wright@ihs.gov or by phone at 605-226-7724.
    Great Plains Area Multiple Vendor Cost Per Reportable Result (CPRR) IDIQ contract for Automated Chemistry and Immunochemistry Instrumentation at five (5) IHS Hospitals and seven (7) IHS clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Automated Chemistry and Immunochemistry Instrumentation services across multiple IHS facilities in North and South Dakota. The contract aims to deliver Cost Per Reportable Result (CPRR) for laboratory analyzers, including comprehensive maintenance and support, with a performance period starting from January 1, 2026, and extending through December 31, 2030, including four one-year options. This procurement is critical for enhancing laboratory capabilities and ensuring quality healthcare services for the communities served by IHS. Interested contractors must submit their proposals by December 2, 2025, at 12:00 pm CT, and direct any inquiries to Mona Weinman at mone.weinman@ihs.gov or by phone at 605-945-5427.
    Firm-Fixed-Price, Non-Personal Services – Two (2) Hospitalist/Nocturnist Services-Pine Ridge, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Businesses Economic Enterprises (ISBEE) to provide two Hospitalist/Nocturnist services at the Pine Ridge Comprehensive Health Care Facility in South Dakota. The objective is to secure non-personal services through a firm-fixed-price contract, which includes a three-month base period and nineteen additional three-month options, to enhance healthcare delivery for the Oglala Lakota Nation. This procurement is critical for addressing high patient demand and ensuring continuity of care in a facility that serves a significant population of American Indians and Alaska Natives. Interested parties must submit their capability statements by January 15, 2026, to Mona Weinman at mona.weinman@ihs.gov, including relevant company information and experience in similar services.
    Rental and Support for Pharmacy Will Call Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to lease, install, and support a Pharmacy Will Call Management System for the Lawton Indian Hospital and Anadarko Indian Clinic in Oklahoma. The system must utilize RFID and barcode technology to enhance medication dispensing accuracy, facilitate audits, ensure secure storage of controlled substances, and integrate with existing electronic health record systems, while also complying with HIPAA regulations. This procurement is crucial for improving pharmacy operations and ensuring the safety and efficiency of medication management within federal IHS sites. Interested parties can contact Audrey Yackeyonny at audrey.yackeyonny@ihs.gov or by phone at 580-354-5381 for further details regarding the solicitation.
    MCG Health Evidence Based Guidelines
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a Sole Source Non-Personal Service Purchase Order to MCG Health, LLC for the provision of evidence-based clinical guidelines to support patient care management at the Rosebud Indian Health Service Hospital in South Dakota. This procurement aims to enhance the quality of care through the implementation of clinical guidelines, which are crucial for effective patient management and treatment outcomes. The contract will cover a period of one base year with four additional option years, and interested parties can reach out to Andrea Whipple at andrea.whipple@ihs.gov or by phone at 605-747-0402 for further details.