CRSU Dental Laundry Services
ID: IHS1505730Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Drycleaning and Laundry Services (except Coin-Operated) (81232)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for dental laundry services for the Colorado River Service Unit located in Parker, Arizona. The contract requires the selected contractor to provide weekly scrubbing and laundry services, including the collection, washing, drying, finishing, inspecting, and potential repairs of garments, with a contract duration of one base year and four optional renewal years. This procurement is crucial for maintaining operational efficiency and hygiene standards within healthcare settings, ensuring that staff have access to clean and properly maintained garments. Interested small businesses must submit their proposals by March 7, 2025, at 1:00 p.m. MST, and all inquiries should be directed to Kerri Gilmore at Kerri.Gilmore@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quote (RFQ) issued by the Indian Health Service (IHS) for dental laundry services, referenced as IHS1505730. It outlines the requirements and submission procedures for interested vendors, emphasizing that proposals must be submitted in writing, with oral offers being unacceptable. The RFQ specifies it is a total Small Business Set-Aside and requires that quotes are submitted by March 7, 2025, at 1:00 p.m. MST. Interested companies must provide their legal business name, contact information, federal tax ID, and acknowledgment of a 120-day acceptance period. Proposals must adhere to the provisions of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation (HHSAR). Bidders must have current registrations with the System for Award Management (SAM). The document also indicates that all communications regarding the RFQ must be directed to Kerri Gilmore via email before the deadline for submissions. This RFQ serves to engage small businesses for necessary services while maintaining compliance with federal regulations.
    The purpose of RFQ IHS1505730 is to secure a contract for weekly scrubbing and laundry services for the Colorado River Service Unit in Parker, Arizona. The contractor will be responsible for collecting dirty garments, washing, drying, finishing, inspecting, and possible repairs or replacements at no extra cost. The contract spans a base year with four optional renewal years. The designated Contracting Officer Representative (COR) will oversee the technical aspects of the contract, monitor performance, and assist in resolving any issues, but lacks authority to alter contract terms or prices. The document delineates the responsibilities of the COR, establishing a framework for collaboration between the contractor and the government to ensure effective service delivery while adhering to contractual obligations. This initiative reflects the government's effort to maintain operational efficiency through reliable garment care services.
    The file outlines a request for proposal (RFP) for a Scrubs/Laundry Service contract intended for federal agencies. It details a fee schedule for various laundry services, specifically including scrubs, uniforms, and associated service charges for both male and female attire. The contract spans a base period and includes two optional years, with quantities specified for each category of clothing but lacks specific unit prices and total costs. The document emphasizes the need for annual laundry services to maintain cleanliness and compliance in a professional healthcare environment. The absence of price figures suggests a pending bidding process where contractors will submit their price proposals for consideration, ensuring competitive pricing and service quality. This RFP illustrates the government's effort to procure essential services while adhering to federal procurement guidelines.
    The document outlines the RFQ IHS1505730 for CRSU Dental Laundry Services, detailing invoicing instructions, contract clauses, provisions, and additional terms and conditions mandated by the Department of Health and Human Services Acquisition Regulation (HHSAR) and the Federal Acquisition Regulation (FAR). Key points include the requirement for electronic invoice submission through the Department of Treasury's Invoice Processing Platform, stipulations around payment requests, and clauses addressing anti-lobbying, privacy, workplace safety, and equal employment opportunities, among others. The document also discusses the evaluation criteria for proposals, emphasizing the importance of past performance, technical aspects, and pricing. Furthermore, it specifies that the contractor must comply with various regulations regarding labor standards, subcontracting provisions, and reporting requirements. Overall, this RFQ serves to ensure that contractors are aware of and can adhere to the necessary regulations and terms required for providing laundry services to the IHS, upholding standards of quality, safety, and compliance necessary for government contracts.
    The document is a Wage Determination report by the U.S. Department of Labor, detailing minimum wage rates and associated fringe benefits for various occupations under the Service Contract Act (SCA). It indicates that contracts awarded or extended after January 30, 2022, must adhere to a minimum wage of $17.75 per hour, as per Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, require a $13.30 minimum wage. The report covers wage rates for numerous job classifications, including administrative, automotive, food service, healthcare, and technical occupations, within La Paz County, Arizona. It also outlines benefits such as health and welfare payments, paid sick leave, vacation days, and holiday entitlements. Key notes include provisions for conforming wages for new job classifications and the stipulation of various additional compensation differentials based on factors like work conditions (e.g., hazardous pay). This wage determination is essential for federal contractors and local RFPs, ensuring compliance with federally mandated labor standards and worker protections in government-funded contracts.
    The Arizona Department of Revenue issued an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, granting exemption from the Arizona Transaction Privilege Tax and Use Tax, effective January 1, 2025, for specified business classifications. These exemptions apply to transactions listed under various business codes, including utilities, publications, and restaurants, among others, as delineated by Arizona Revised Statutes. Additionally, the exemption covers the Cities Privilege Tax and the Use Tax for related classifications. The Exemption Letter is valid as long as the organization maintains its qualifying status. Any inaccuracies in the information provided may lead to rescission. To utilize the exemptions, the organization must generate an Arizona Transaction Privilege Tax Exemption Certificate and present it to vendors alongside the exemption letter. The document outlines the permitted business locations which qualify for the exemption, as detailed in Appendix A. Overall, this letter supports the operational and financial needs of the Phoenix Area Indian Health Service by reducing tax liabilities on eligible transactions.
    The file is a Sources Sought Notice regarding laundry services for the Dental Department at the Parker Indian Health Center in Parker, Arizona. This notice is not a request for quotes but a means to identify potential vendors compliant with the Buy Indian Act. Interested parties, particularly Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs), are encouraged to submit their qualifications, including company information, representations of IEE status, and capabilities. The contractor will provide laundry services and scrubs weekly. The IHS aims to ensure a competitive bidding process among eligible Indian businesses to promote economic partnerships. The response deadline is January 15, 2025.
    The document is a solicitation form from the Department of Health & Human Services Indian Health Service, focused on the Buy Indian Act. It outlines the requirements for entities wishing to participate as “Indian Economic Enterprises” in various RFPs, RFIs, and solicitations. The Offeror must self-certify their eligibility as an Indian Economic Enterprise at three key times: when an offer is made, at contract award, and throughout the contract period. If at any point the contractor ceases to meet the eligibility criteria, immediate notification to the Contracting Officer is required. The form also stresses the importance of registration with the System of Award Management (SAM) and highlights legal repercussions for any false information submitted, referencing applicable U.S. Codes regarding violations and penalties. It concludes with a declaration for the Offeror to confirm or deny their status as an Indian Economic Enterprise, including fields for pertinent details such as ownership, tribal affiliation, and DUNS number. This document underscores the federal commitment to supporting Indian-owned businesses through structured procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Dental Equipment for IHS, Catawba Service Unit
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for the procurement of a Dental Washer-Disinfector for the Catawba Service Unit located in Rock Hill, South Carolina. The primary objective is to supply and install a new washer, ensuring the removal of the existing unit and providing necessary staff training on its operation, with completion expected within 60 days post-award. This procurement is significant as it supports the enhancement of dental services for American Indian and Alaskan Native communities, aligning with federal commitments to improve healthcare resources. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises, must submit their quotes by February 24, 2025, and can direct inquiries to Courtney Davis at courtney.davis@ihs.gov or by phone at 629-248-4259.
    NON-PERSONAL SERVICE CONTRACT FOR OPERATING ROOM ASSISTANT (SURGICAL SCRUB TECHNICIAN)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors for a non-personal service contract to provide Operating Room Assistant (Surgical Scrub Technician) services within the Navajo Area Indian Health Service. The contractor will be responsible for delivering care to approximately 201,583 members of the Navajo Nation across facilities in Arizona, New Mexico, and Utah, adhering to established competency standards and operational protocols while ensuring compliance with HIPAA regulations. This opportunity emphasizes the importance of cultural awareness and customer service in healthcare delivery, reflecting the commitment to providing comprehensive health services to American Indian and Alaska Native populations. Interested parties should contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov or Michael Austin at michael.austin@ihs.gov for further details, with the contract set aside for Indian Small Business Economic Enterprises (ISBEE).
    Request for Quote IHS1502887 - Chinle Rheumatology Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for on-site specialty clinic services and telehealth rheumatology physician services at the Chinle Comprehensive Health Care Facility in Arizona. The contract, which will run from April 1, 2025, to March 31, 2028, requires the contractor to conduct quarterly on-site visits, provide telemedicine consultations, and ensure culturally sensitive care tailored to the Navajo community. This initiative aims to enhance healthcare services for American Indians and Alaska Natives, ensuring quality care while adhering to established healthcare standards and government regulations, including HIPAA. Proposals must be submitted via email by 5:00 PM MT on March 6, 2025, and are open to businesses with a size standard of $30 million under NAICS code 561320. Interested parties can contact Tanya Begay at tanya.begay2@ihs.gov or by phone at 928-674-7635 for further information.
    Dental Compressors and Vacuums
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for the procurement of dental compressors and vacuums under a Buy Indian set-aside initiative. The requirement includes two dental compressors and two dental vacuums, with a delivery timeline of 15 days following the receipt of the order, to support the Claremore Indian Hospital's urgent need for equipment replacement due to failing existing units. This procurement is critical for maintaining essential dental healthcare services, ensuring that the facility can continue to provide quality care to the community. Interested vendors must submit their quotes by February 24, 2025, to Contract Specialist Misti Bussell at misti.bussell@ihs.gov, and comply with all federal procurement guidelines, including registration with the System for Award Management.
    MOD #001 - One (1) Dental Provider - Santa Fe Indian Health Center - Outlying Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a qualified dental provider for the Santa Fe Indian Health Center and its outlying clinics. The procurement involves a firm-fixed-price contract for one dental provider, covering a base year with four optional renewal years, aimed at delivering comprehensive dental services including examinations and restorative procedures. This opportunity is critical for ensuring quality healthcare services to Indian populations, aligning with the IHS's mission to enhance health outcomes in tribal communities. Interested contractors must comply with the Buy Indian Act, self-certify their status as an Indian Economic Enterprise, and adhere to stringent background check requirements. For further details, potential bidders can contact Patricia P Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    PM on Reverse Osmosis Equipment
    Buyer not available
    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.
    Rock Island Arsenal Woodson Health Clinic Laundry Services
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking proposals for laundry services at the Rock Island Arsenal Woodson Health Clinic. The contract requires the contractor to provide comprehensive laundry services, including linen provision, labor, and transportation, while adhering to Joint Commission standards and maintaining a Quality Management System (QMS) to ensure compliance with quality assurances and regulations. This procurement is critical for maintaining high standards in military healthcare settings, emphasizing the importance of proper sanitization and security protocols. Interested offerors must submit their proposals by 4 PM EDT on February 26, 2025, to the designated contacts, Justin Balster and Rebecca Ruff, via email, and should ensure compliance with all submission guidelines as outlined in the solicitation documents.
    Crow/Northern Cheyenne Hospital Sewer Rehabilitation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting bids for the sewer rehabilitation project at the Crow/Northern Cheyenne Hospital located in Crow Agency, Montana. The project aims to utilize Cured in Place Pipe (CIPP) technology to rehabilitate approximately 5,100 linear feet of sewer piping that has suffered from corrosion and damage since its installation in 1995. This initiative is critical for maintaining the hospital's operational efficiency and compliance with health and safety standards, ensuring continued patient care and infection control. Interested small businesses in the water and sewer line construction sector are encouraged to submit proposals by March 5, 2025, with an estimated project cost between $1,000,000 and $5,000,000. For further inquiries, potential bidders can contact Taylor Kanthack at taylor.kanthack@ihs.gov or by phone at 240-478-1501.
    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.
    IAW Buy Indian Act of 1910- Sources Sought for Scheduling Services at WRSU
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for scheduling services at the Whiteriver Hospital in Arizona, in accordance with the Buy Indian Act of 1910. The procurement aims to implement a comprehensive internet-based scheduling system, the QGenda Advanced Scheduling System, to enhance the scheduling efficiency for various healthcare departments, ensuring compliance with accessibility and data protection standards. This initiative reflects the government's commitment to improving healthcare management through technology, with a focus on supporting Indian-owned businesses. Interested parties can contact Michele Lodge, Contract Specialist, at Michele.Lodge@ihs.gov or by phone at 702-204-9522 for further details.