JSU Dental Equipment Preventive Maintenance Services and Repair
ID: 75H70725Q00126Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEALBUQUERQUE AREA INDIAN HEALTH SVCALBUQUERQUE, NM, 87110, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Albuquerque Area Indian Health Service, is seeking proposals for specialized Dental Equipment Preventive Maintenance and Repair Services at the Jicarilla Service Unit in Dulce, New Mexico. The procurement aims to ensure the proper functioning and maintenance of dental equipment, requiring contractors to provide on-site emergency services within one day and routine service quotes within 1-5 business days. This contract will be awarded as a firm-fixed price order for a base period of 12 months, with four optional one-year extensions, and requires compliance with federal, state, local, and tribal regulations. Interested vendors must submit their proposals by 4:30 PM MST on August 22, 2025, and can direct inquiries to Raelynn Ray at raelynn.ray@ihs.gov or by phone at 505-256-6757.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) from the Indian Health Service (IHS) for specialized Dental Preventive Maintenance and Repair Service for dental equipment at the Jicarilla Service Unit in Dulce, NM. The IHS is soliciting quotes to establish a firm-fixed price contract, encompassing a base year and four optional renewal years. The contractor must provide comprehensive maintenance services, respond to emergencies within one day, and submit quotes for routine service needs within 1-5 business days. The evaluation of contractor performance is crucial, with oversight performed by designated Government representatives. The contract requires compliance with applicable regulations and mandates that services are to be performed during regular business hours, excluding federal holidays. Payment will be processed through electronic funds transfer upon satisfactory completion of services. Additionally, the document outlines requirements for contractor qualifications, including certification to work on dental equipment, and establishes a framework for inspections, quality assurance, and consequences for non-compliance, ensuring the health service's operational reliability and effectiveness.
    The document details an inventory of clinical devices for a dental department, likely for a federal or state grant, or an RFP. It lists various dental equipment such as amalgamators, anesthesia units, dental chairs, delivery units, lights, radiographic units, sterilizing units, and other laboratory equipment. Each entry includes asset tags, descriptions, serial numbers, owning department (Dental), asset sub-location (primarily JIHC Dental rooms), support group (53JHB-Jicarilla Clinical Engineering), group code, installation status (mostly "Installed," with a few "Retired" or "Absent"), asset type, manufacturer, model name, model number, substitute model name, ECRI classification, and UMDNS. The comprehensive list serves to track and manage clinical assets, ensuring accountability and operational readiness within the specified dental facilities.
    The document, likely part of a government Request for Proposal (RFP) or grant application, lists additional dental equipment required for a facility or project. The list specifies various types of dental equipment, including washers (SciCan Hydrim Washer, MidMark QuickClean Ultrasonic cleaner), cooling systems (SciCan VistaCool 3), and multiple brands of autoclaves (SciCan, Tuttnauer) for sterilization. Additionally, it includes different types of dental lasers (Biolase/EZlase, DenMat/NVPro). This comprehensive list indicates a need for advanced dental technology, ensuring a modern and well-equipped dental practice, and is crucial for outlining equipment specifications in a government procurement context.
    The provided document outlines an inventory of clinical dental devices managed by the Jicarilla Clinical Engineering Department. It details various types of equipment, including acrylic curing units, amalgamators, anesthesia units, air cleaners, and dental delivery units, along with their respective specifications such as asset tags, serial numbers, locations, manufacturers, installation statuses, and classifications. Key information regarding asset ownership, support groups, and end-of-life statuses are also included. The document serves as a resource for managing and tracking clinical assets used in dental practices, indicating a systematic approach to healthcare infrastructure. Compliance with regulatory frameworks surrounding clinical equipment management is implied through the detailed classifications and manufacturer listings. By organizing data on these devices, the document aids in streamlined operations, ensuring clinical staff have access to necessary tools while maintaining safety and operational integrity in patient care settings.
    The document lists essential dental equipment proposed for procurement through federal or local government channels. The specified items include various sterilization and cleaning devices, such as the SciCan Hydrim Washer, VistaCool 3, MidMark QuickClean Ultrasonic Cleaner, and multiple types of autoclaves from SciCan and Tuttnauer. Additionally, it includes dental lasers from Biolase and DenMat. The purpose of this list is likely to facilitate the acquisition of necessary dental technology, underscoring the government's commitment to enhancing dental healthcare services by ensuring accessibility to modern and effective equipment in dental practices. This aligns with broader efforts related to health initiatives, supporting the provision of high-quality dental care in compliance with regulatory standards for healthcare providers.
    This government file addresses key questions and clarifications related to a solicitation, likely an RFP or grant, focusing on various contractual and compliance requirements. It clarifies that while a system of records might involve patient data, privacy regulations (HHSAR 352.224-70 PRIVACY ACT) must be strictly followed. The document specifies that government-furnished equipment includes software installed on government computers. For the firm-fixed price solicitation, the government seeks an all-inclusive annual rate, covering all fees and taxes, not just labor rates, with parts also priced in. Payments will be invoiced monthly, correcting an earlier statement of annual payments. Additionally, it confirms the applicability of FAR 52.225-1 Buy American- Supplies, requiring compliance for all parts. Finally, it outlines reporting requirements under FAR 52.204-14, mandating annual reports of contract number, total cost, and labor hours for service contracts.
    The provided document, "Question and Comment Sheet for Solicitation 75H70725Q00126," is a standard template used in government procurement processes, specifically for federal Request for Proposals (RFPs), federal grants, or state and local RFPs. Its primary purpose is to facilitate communication between the issuing agency and potential offerors by providing a structured format for submitting questions and receiving responses regarding a specific solicitation. The document includes fields for "Offeror Name," "Question," "Response," and "Question Number," indicating its function as a formal Q&A log. This structure ensures clarity, transparency, and a comprehensive record of all inquiries and official clarifications made during the pre-award phase of a government contract or grant opportunity. It is essential for ensuring all bidders have access to the same information, promoting fair competition and reducing ambiguities in the solicitation requirements.
    The document is a Question and Comment Sheet for Solicitation 75H70725Q00126, which serves to clarify inquiries from potential offerors regarding a federal RFP (Request for Proposals). It is structured to list the names of offerors alongside their respective questions and the corresponding responses from the federal agency. This format facilitates transparent communication between the agency and offerors, ensuring that all inquiries are addressed and that interested parties understand the terms of the solicitation. The sheet plays a significant role in the RFP process by fostering a clear exchange of information, which is crucial for potential contractors in preparing their proposals and aligning with the agency’s requirements. Overall, it underscores the commitment to transparency and collaboration in the procurement process.
    The Department of Health and Human Services (DHHS), Albuquerque Area Indian Health Service (IHS) is seeking proposals for specialized Dental Preventive Maintenance & Repair Services for all dental equipment at the Jicarilla Service Unit in Dulce, NM. This Request for Quotation (RFQ) is a combined synopsis/solicitation for a single firm-fixed price order, with a base period of 12 months and four one-year option periods, not to exceed five years in total. The contractor must be certified to work on all dental equipment, provide on-site emergency services within one day, and routine service quotes within 1-5 business days. Key requirements include compliance with federal, state, local, and tribal regulations, active SAM.gov registration, and the ability to provide necessary parts within a reasonable timeframe. The contractor will be responsible for all applicable taxes. Invoices must be submitted monthly via the IPP website and include the Unique Entity Identifier (UEI). Performance will be evaluated, and all data generated will become the property of JSU.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent to Award
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
    PM Service Agreement for GE AMX 240 Mobile X-Ray System & GE FlashPad HD Detector-SS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide service and maintenance for the GE AMX 240 Mobile X-Ray System and GE FlashPad HD Detector at the Zuni Comprehensive Community Health Center in New Mexico. The procurement aims to establish a service agreement that includes preventative maintenance, unscheduled repairs, software updates, and compliance with industry standards, ensuring the equipment operates effectively and safely. This opportunity is particularly significant as it supports healthcare delivery in Indian communities, emphasizing the importance of reliable medical equipment. Interested parties must submit their responses, including a capability statement and the Indian Small Business Economic Enterprise (ISBEE) representation form, to Shannon Eldridge-Shorty by December 15, 2025, at 03:00 PM (MT).
    Emergency Department Medical Equipment and Supplies
    Buyer not available
    The Indian Health Service (IHS) is conducting market research to identify potential sources for medical equipment and supplies needed for the Emergency Department at Gallup Indian Medical Center in New Mexico. The procurement focuses on a variety of essential items, including general procedure carts, adjustable-height instrument tables, isolation carts, and various scales, all adhering to specific infection control standards and operational efficiency requirements. This opportunity is crucial for ensuring the availability of high-quality medical supplies that support healthcare delivery in the region. Interested vendors must submit their qualifications and capability statements by December 19, 2025, at 10:00 AM (MST) to Rodney Brown at Rodney.Brown@ihs.gov, and must be registered in the System for Award Management (SAM) to participate.
    Sources Sought - FYSU Fixed Removable Dental Laboratory Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is conducting market research to identify qualified Indian Economic Enterprises (IEEs) capable of providing fixed and removable dental laboratory services for the Fort Yuma Health Center (FYHC) in California. The required services include the fabrication of various dental prosthetics such as complete dentures, removable partial dentures, crown and bridge restorations, and implant components, along with packaging, shipping, case tracking, and timely delivery. This procurement is essential for ensuring quality dental care for eligible patients, adhering to specific guidelines outlined in the Statement of Work, including material specifications and warranty conditions. Interested parties must submit the IHS Indian Economic Enterprise Representation Form and a capability statement detailing their business size, socioeconomic classification, IEE status, and relevant past performance to Minkyu Kim at minkyu.kim@ihs.gov. This Sources Sought Notice is for market research purposes only and does not guarantee a contract award.
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for four Medical Assistants to serve at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The Medical Assistants will be responsible for various patient care tasks, including screenings, specimen collection, vaccination assistance, and phlebotomy, with a requirement for candidates to have relevant qualifications and certifications. This procurement is part of a Buy Indian Set-Aside initiative, emphasizing the importance of supporting Indian Small Business Economic Enterprises, and will result in a single award with a base year and four option periods based on performance. Interested offerors must submit their proposals by January 2, 2026, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    BPA for Stainless Steel Surgical Equipment Repairs
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide stainless steel surgical equipment repair services through a Blanket Purchase Agreement (BPA) for the Oklahoma City Area Indian Health Service. The procurement aims to ensure the timely repair and maintenance of surgical instruments used at the Pawnee, Lawton, and Clinton Indian Health Centers, with services including sharpening, refurbishing, and onsite repairs. This opportunity is particularly significant as it supports the healthcare needs of Native American communities, emphasizing compliance with the Buy Indian Act. Interested vendors must submit their quotes by December 18, 2025, at 10:00 AM CST, to Misti Bussell via email at misti.bussell@ihs.gov, with the contract period running from March 1, 2026, to February 28, 2031, and a maximum funding limit of $1,250,000.
    Gallup Service Unit & Shiprock Service Unit: Nurse Advice/Nurse Triage Telephone Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Nurse Advice/Nurse Triage Telephone Services for the Gallup and Shiprock Service Units in New Mexico. The contract will provide non-personal nurse triage services to support healthcare delivery for American Indians and Alaska Natives, with a performance period starting December 1, 2025, and extending through November 30, 2030, including a base year and four optional one-year periods. This service is critical for ensuring timely and effective healthcare access, requiring a dedicated call center capable of handling a minimum of 60 calls daily, with specific performance metrics for call handling and language interpretation. Interested vendors must submit their proposals in PDF format by December 9, 2025, at 1:00 P.M. MST, and can direct inquiries to Adrian Segay at Adrian.Segay@ihs.gov.
    Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide non-personal healthcare services, including physician and other professional ambulatory services, for the Purchased/Referred Care (PRC) program in New Mexico. The objective is to procure medically necessary outpatient and inpatient services for eligible American Indian and Alaskan Native patients, which will be delivered at the contractor's facilities rather than IHS clinics or hospitals. This initiative is crucial for ensuring access to specialty healthcare services that are not available through IHS, thereby enhancing healthcare delivery to underserved populations. Interested parties should contact Eric Wright at eric.wright@ihs.gov or Patricia Trujillo at patricia.trujillo@ihs.gov for further details, with proposals due by January 1, 2025.
    6520--36C25925R0043 Eastern Colorado Healthcare System & Cheyenne VA Medical Center Dental Laboratory Implants and Repair Base Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide dental laboratory services for the Eastern Colorado Healthcare System and the Cheyenne VA Medical Center. The contract encompasses the fabrication and repair of fixed, removable, and implant prostheses, with a focus on high-quality services that meet stringent standards set by the VA, including adherence to FDA and ANSI regulations. This procurement is critical for ensuring that veterans receive timely and effective dental care, with an estimated contract value of $13.6 million. Interested offerors must submit their proposals by December 1, 2025, and can direct inquiries to Contract Specialist Natasha L Holland at Natasha.Holland@va.gov.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.