Notice of Intent to Award – Multiple Blanket Purchase Agreements
ID: DZHC-NOI-25-002Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA

NAICS

Dental Equipment and Supplies Manufacturing (339114)

PSC

DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6520)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, intends to establish multiple Blanket Purchase Agreements (BPAs) with Henry Schein, Inc. and A-Dec, Inc. for the procurement of various dental and medical supplies, equipment, and maintenance services for the Shiprock Service Unit in New Mexico. This initiative aims to ensure the availability of essential materials and services necessary for effective dental care, with the BPAs set to cover an initial one-year period and four optional one-year extensions. Interested vendors who believe they can meet the requirements are encouraged to submit their capability statements and pricing by March 19, 2025, to the designated contact, Michael Austin, at michael.austin@ihs.gov. This notice is not a request for quotes, and no further awards will be made unless the needs of the Shiprock Service Unit change.

    Point(s) of Contact
    Michael Austin, Contract Specialist
    michael.austin@ihs.gov
    Files
    Title
    Posted
    The Navajo Area Indian Health Service in Shiprock, New Mexico, has announced its intent to form multiple Blanket Purchase Agreements (BPA) with Henry Schein, Inc. and A-Dec, Inc. for a range of dental and medical supplies. This procurement aims to provide the Shiprock Service Unit with necessary materials, equipment, and maintenance services as required. The BPAs will span an initial one-year period, with the option to extend for four additional years. The applicable NAICS code for this procurement is 339114, which pertains to dental equipment and supplies manufacturing, with a small business size standard of 750 employees. No more awards will be issued unless the need at the Service Unit changes, and maximum practicable competition has been ensured. While this notice is not a request for quotes, other vendors who believe they can meet the requirements are encouraged to submit their capability statements and pricing by March 19, 2025. Should additional BPAs be necessary, qualified vendors may be contacted later.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intent to Award Blanket Purchase Agreements (BPA) for Dental Supplies for Chinle Comprehensive Health Facility and Pinon Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award multiple Blanket Purchase Agreements (BPAs) for dental supplies to be utilized at the Chinle Comprehensive Health Facility and Pinon Health Center in Arizona. The procurement aims to secure various dental supplies for patient care on an as-needed basis, with the selected vendors being First Nations Distribution, LLC, Lakota Enterprises, Inc., National Environmental Inc. dba Buy Indian Medical, and NativeVet Material, LLC. These supplies are crucial for maintaining dental health services within the facilities, which serve the local community. Interested vendors who believe they can meet the requirements are encouraged to submit their capability statements and price lists via email to the primary contact, Teola Autaubo, by March 17, 2025, at 5:00 PM MST.
    Intent to Award Blanket Purchase Agreements (BPA) for Dental Supplies for Tsaile Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award multiple Blanket Purchase Agreements (BPAs) for dental supplies to the Tsaile Health Center in Arizona. The procurement aims to secure various dental supplies for patient care on an as-needed basis, with the selected vendors including First Nations Distribution, LLC, Lakota Enterprises, Inc., National Environmental Inc. dba Buy Indian Medical, and NativeVet Material, LLC. These supplies are crucial for maintaining dental health services within the community, and the anticipated period of performance for the BPAs is one year from the date of award. Interested vendors who believe they can meet the requirements are encouraged to submit their capability statements and price lists via email to Earl Morris Jr. at earl.morris@ihs.gov by March 20, 2025, at 5:00 PM MST.
    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.
    Sources Sought-Dental Supplies for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking information from qualified sources regarding the procurement of dental supplies for the Zuni Comprehensive Community Health Center in New Mexico. This Sources Sought Notice aims to assess the availability of suppliers capable of providing dental equipment and supplies, with a focus on Indian Small Business Economic Enterprises (ISBEE) or other small business concerns. The procurement will involve a base period and four option periods for renewal, and responses will inform the government on the appropriate acquisition method. Interested parties must submit their information, including a capability statement and ISBEE representation form, to Shannon Eldridge-Shorty via email by March 27, 2025, at 03:00 PM (MT).
    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.
    Sources Sought-Dental Implant System Supplies_Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking information from potential suppliers for dental implant system supplies for the Zuni Comprehensive Community Health Center in New Mexico. This Sources Sought Notice aims to gather insights on qualified sources capable of providing Biohorizons Implants or equivalent products, with a focus on determining whether a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) or small business concerns is appropriate for this procurement. The acquisition will include a base period and four option periods for renewal, and interested parties must submit their capability statements and relevant information by March 27, 2025, to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov. Compliance with the System for Award Management (SAM) registration and the completion of the ISBEE representation form is mandatory for participation.
    Dental Handpiece Replacement and Repair Services for the Albuquerque Indian Dental Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Dental Handpiece Replacement and Repair Services for the Albuquerque Indian Dental Clinic located in Albuquerque, New Mexico. This procurement aims to ensure the clinic has reliable dental equipment and supplies, which are critical for delivering quality dental care to the community. The opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting local businesses within the Indian Health Services framework. Interested vendors can reach out to Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further details regarding the submission process and requirements.
    Three (3) Dental Hygienist - Santa Fe Indian Health Center & Outlying Satellite Clinics
    Buyer not available
    The Indian Health Service (IHS) is seeking proposals for the provision of three Dental Hygienist services at the Santa Fe Indian Health Center and two outlying clinics in New Mexico. The contract, structured as a Firm-Fixed-Price Agreement, will span one base year from 2025 to 2026, with the potential for four optional renewal years based on satisfactory performance and funding availability. These Dental Hygienists will deliver essential non-personal health care services, including clinical treatments and oral health education, aimed at improving dental care access for Indigenous populations. Interested parties should contact Patricia P Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754 for further details regarding the procurement process and requirements.
    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.
    AMENDMENT 001 - Four (4) Dental Assistants - Santa Fe Indian Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for the provision of four Dental Assistants at the Santa Fe Indian Health Center in New Mexico, with potential rotations to two satellite clinics. The contract requires the dental assistants to perform non-personal services, including routine dental procedures and clinic operations, adhering to specific qualifications such as certification and experience in the dental field. This procurement is part of the Buy Indian Act, aiming to support Indian Small Business Economic Enterprises, and will result in a single award with a base period and four option years based on satisfactory performance. Interested offerors must submit their proposals by April 18, 2025, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.