Radiation Hazard Survey and Equipment Performance Evaluation
ID: 75H70525Q00006Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBEMIDJI AREA INDIAN HEALTH SERVICEBEMIDJI, MN, 56601, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: CERTIFICATIONS AND ACCREDITATIONS (OTHER THAN EDUC OR INFO TECH C&A) (R420)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Radiation Hazard Survey and Equipment Performance Evaluation at the Red Lake Indian Health Services in Minnesota. The objective of this procurement is to evaluate radiology equipment, ensure compliance with FDA/MQSA guidelines, and provide comprehensive reports on findings and recommendations, all while adhering to established safety standards. This contract, set aside for small businesses, is a firm-fixed price agreement with a performance period of five years, requiring contractors to provide their own labor and equipment, while the government will supply access to specific radiological devices. Interested parties must submit their bids by March 19, 2025, and can contact Christopher Millard at Christopher.Millard@ihs.gov or 218-444-0511 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Request for Proposal (RFP) for a Radiation Hazard Survey and related services to be conducted at the Red Lake Indian Health Services in Minnesota. The contract aims to evaluate various radiology equipment, ensure compliance with FDA/MQSA guidelines, and provide written and verbal reports on findings and recommendations. The contract is a firm-fixed price agreement set aside for small businesses, with a performance period extending over five years. Contractors must provide their own labor and equipment, while the government will supply access to specific radiological devices. Key deliverables include a comprehensive radiation hazard survey, quality assurance reports, and patient exposure guides, all in alignment with established safety standards. Invoicing must be done electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP), with payment due within 30 days of service receipt. The document emphasizes compliance with federal regulations, including those related to hiring practices and contractor responsibilities in maintaining workplace safety and equity. The RFP reflects the government's commitment to ensuring safe and effective health services within Indian Health facilities while promoting small business participation.
    The document details the solicitation provisions for a federal contract related to a Radiation Hazard Survey (75H70525Q00006). It outlines guidelines for offer submission, including requirements based on the size standards for small businesses, the conditions under which multiple offers may be considered, and the procedures for late submissions. Additionally, it addresses the need for various representations and certifications, referencing specific federal regulations and standards. Offerors must disclose their business size, potential affiliation, and compliance with federal contracting requirements, particularly concerning economic disadvantages, and past performance. Prominent provisions include the necessity for a Unique Entity Identifier, the obligation regarding certifications concerning child labor, and tax liabilities. The solicitation emphasizes adherence to the Buy American Act and compliance with trade agreements. The aim is to ensure that potential contractors understand requirements thoroughly, submit qualified proposals, and engage in responsible contracting with federal entities. This document serves to facilitate transparency and fairness in the government contract award process, supporting objectives related to safety, compliance, and socio-economic considerations.
    The Bemidji Indian Health Service has issued a Sources Sought Notice (75H70525Q00006) for a Hazard Radiation Survey as part of its commitment to complying with the Buy Indian Act. This document emphasizes the priority of utilizing Indian Small Business Economic Enterprises (ISBEEs) for all purchases, aligning with federal guidelines. Interested firms are invited to respond with detailed company information and a capability statement, declaring their eligibility as either an Indian Economic Enterprise (IEE) or an ISBEE. An assessment of IEE participation is crucial to ensure compliance with HHSAR regulations and promote economic opportunities for Indian-owned businesses. The notice clarifies that this is solely for market research and not a solicitation for quotes. Interested organizations must also submit a self-certification form and identification of the relevant Federally Recognized Indian Tribe or Alaska Native Corporation to support their IEE status. This effort underscores the government’s focus on local economic development and adherence to federal acquisition policies.
    The Indian Health Service's Office of Management Services has released a representation form tied to the Buy Indian Act, designed to certify eligibility as an "Indian Economic Enterprise" under federal guidelines. The form requires Offerors to self-certify their status at the time of offering, contract award, and throughout contract performance. If an enterprise no longer qualifies during these periods, it must inform the contracting officer immediately. Additionally, successful Offerors must be registered with the System of Award Management (SAM). Misrepresentation leads to legal penalties, including severe fines for false claims. The form collects essential information about the ownership and business details of the Indian Economic Enterprise, ensuring compliance with the Buy Indian Act, which aims to promote economic opportunities for Indian-owned businesses in government contracting. This process underscores the importance of maintaining eligibility standards and transparency in federal contracting practices.
    The purpose of this contract is to conduct a comprehensive Radiation Hazard Survey and performance evaluation of mammography equipment at the Red Lake Indian Health Services in Minnesota. The scope includes the assessment of FDA/MQSA compliance and the development of patient exposure charts, with an annual review set for September 15 each year, under a Base Plus Four Year Contract. The contractor must provide written records within 30 days of the survey, along with a verbal exit interview discussing findings and recommendations. Key tasks involve evaluating several specified pieces of government-owned equipment, ensuring proper alignment, reproducibility, stray radiation measurements, and overall quality assurance for the facility. The contractor is also responsible for all necessary labor, equipment, travel, and accommodations during the survey. Essential deliverables include a detailed Radiation Hazard Survey report, quality assurance reports for each unit, patient exposure guides, and the credentials of the physicist involved. This project underscores the government's commitment to maintaining safety and efficacy in health services through regulated monitoring and evaluation of radiation equipment and procedures.
    The document outlines a Request for Quote (RFQ) for a Radiation Hazard Survey, designated as solicitation number 75H70525Q00006, aimed at ensuring compliance with regulatory standards for certification and accreditation related to radiation hazards. The contract is exclusively set aside for small businesses and will be awarded as a firm fixed price. The contractor is responsible for conducting performance evaluations of equipment, providing necessary labor, materials, and transportation. The period of performance includes a base year and up to four one-year options, with the award anticipated within one year. Bids must be submitted by March 19, 2025, and must include a capability statement, completion of specific attachments such as the Admin Data Form and the Representations and Certifications, all of which are detailed within the document. Compliance with FAR instructions is also required. Key supporting documents include the synopsis/solicitation, Admin Data Form, and attachment specifics. This RFQ illustrates the government's emphasis on safety and regulatory adherence within public health contexts, underscoring the critical role of thorough hazard assessments in operational environments.
    Lifecycle
    Similar Opportunities
    Sources Sought - Radiology PM & Repair Services
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking potential contractors to provide preventive maintenance and repair services for Shimadzu Medical Systems USA radiology equipment at the Fort Yuma Health Center and the Fort Duschesne Indian Health Center in California. This opportunity is specifically set aside for Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs) under the Buy Indian Act, emphasizing the importance of supporting indigenous economic development. Interested businesses must submit a capability statement and confirm their eligibility as an IEE or ISBEE, ensuring compliance with federal regulations. The deadline for submissions is March 21, 2025, and inquiries can be directed to Kerri Gilmore at Kerri.Gilmore@ihs.gov.
    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.
    Mammography Tracking Program and Service Support for the White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for a Mammography Tracking Program and Service Support for the White Earth Health Center in Ogema, Minnesota. The objective of this procurement is to obtain software and associated services for effective mammography tracking, which includes installation, training, and ongoing support, while ensuring compliance with federal accessibility standards. This initiative is crucial for enhancing healthcare services within the Indian Health Service by integrating advanced technology for better patient management. Proposals are due by March 21, 2025, at 2:00 PM CST, and interested parties should contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further information.
    Billings Area Wide Tele-Radiology Interpretation Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses to provide Teleradiology Interpretation Services for the Billings Area Indian Health Service. This procurement involves a Firm Fixed Price contract covering multiple service units, including Blackfeet, Crow, Fort Belknap, Fort Peck, Little Shell, and Northern Cheyenne, with expected teleradiology reads specified over a contract period from June 2025 to May 2030. The services are crucial for enhancing healthcare delivery in these communities through improved diagnostic imaging capabilities. Interested vendors should reach out to Johnna Spotted at johnna.spotted@ihs.gov or DeeAndra Salabye at DeeAndra.Salabye@ihs.gov for further inquiries regarding the solicitation process.
    GE Healthcare Equipment Service and Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for the service and maintenance of GE Healthcare equipment located in Cass Lake, Minnesota. This procurement aims to ensure the operational efficiency and reliability of medical imaging equipment and supplies, which are critical for providing healthcare services to the local population. Interested parties should note that the primary contact for this opportunity is Mary Simon, who can be reached at mary.simon2@ihs.gov, while Jennifer Richardson serves as the secondary contact at Jennifer.Richardson@ihs.gov. Further details regarding the contract specifics and timelines will be provided in the official notice.
    Non-Personal Healthcare Services for Radiologist at the Gallup Indian Medical Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified sources to provide non-personal healthcare services for one Radiologist at the Gallup Indian Medical Center in Gallup, New Mexico. The anticipated contract will cover a base period from January 1, 2025, to June 30, 2025, with an option for an additional six months, focusing on delivering essential radiology services to the local community. This procurement is part of the Buy Indian Act initiative, which prioritizes Indian economic enterprises, and interested parties must submit a capabilities package by December 2, 2024, to the primary contact, Felecia Chavez, at felecia.chavez@ihs.gov or by phone at (505) 339-7810.
    Radiology Mobile CT Scanner
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide a mobile CT scanner for the Blackfeet Community Hospital in Browning, Montana. The procurement aims to enhance radiological services by leasing a state-of-the-art 64-slice CT scanner, which must comply with federal and state regulations, and include necessary technical staff and training for hospital personnel. This initiative is part of the Buy Indian Act, prioritizing Indian-owned businesses to ensure they receive at least 51% of the contract earnings. Interested vendors must submit a capability statement by March 21, 2025, demonstrating their qualifications and compliance with eligibility requirements, including registration in the System of Award Management (SAM). For further inquiries, vendors can contact Alta A. Adrian at alta.adrian@ihs.gov.
    Mescalero Service Unit Radiology Equipment PMA
    Buyer not available
    The Department of Health and Human Services, specifically the Albuquerque Area Indian Health Service, is seeking qualified vendors for the preventative maintenance and accident plan service agreement for radiology equipment at the Mescalero Service Unit in New Mexico. The procurement aims to ensure the upkeep of specific DRX Evolution Plus radiology equipment while adhering to federal, state, and local regulations, thereby minimizing disruptions to healthcare services. This opportunity is particularly significant as it supports high-quality patient care and compliance with necessary laws, with a contract structure that includes a base year and four one-year renewal options. Interested parties must submit their capabilities and relevant information to Eric Wright at eric.wright@ihs.gov by March 31, 2025, at 12:00 PM (Mountain Daylight Savings Time), and must be registered in the System for Award Management (SAM).
    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.
    Sources Sought-Physics Testing of Medical Imaging Equipment for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for the physics testing of medical imaging equipment for the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to ensure the proper functioning and safety of medical imaging devices, which are critical for delivering healthcare services to the community. The opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), promoting economic participation among Indian-owned businesses in federal contracting. Interested parties should contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or call 505-256-6768 for further details regarding the submission process and requirements.