BFSU Imaging Equipment CT Scanner 128-Slice
ID: 75H709-BF24Q-005Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBILLINGS AREA INDIAN HEALTH SVCBILLINGS, MT, 59107, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

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

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS) Billings Area Office, is seeking proposals for the procurement of a GE GoldSeal Revolution EVO EX 128-slice CT scanner, along with related services such as equipment removal, installation, and staff training. This initiative aims to replace an outdated 64-slice model, enhancing diagnostic capabilities and improving patient care within the Blackfeet Service Unit in Browning, Montana. The procurement is designated as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the importance of supporting Indian economic participation in federal contracts. Interested vendors must submit their quotes by September 23, 2024, and can direct inquiries to Vincent Hansen at Vincent.Hansen@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Blackfeet Service Unit (BFSU) is seeking a contractor to procure and install a refurbished 128-slice CT scanner to replace its outdated 64-slice GE model. This firm-fixed unit priced contract includes the removal of the existing scanner, installation of the new unit, and setup ensuring connectivity with VistA Imaging and compliance with FDA and ACR standards. The contractor is responsible for all aspects of the removal and installation process, including training for staff on the new equipment. The project’s timeline is closely aligned with a major renovation of the CT room, commencing in late December 2024 and estimated to conclude by mid-June 2025. The contractor must provide a detailed schedule indicating their availability for the installation process, ensuring work is completed no later than August 30, 2025. Government-furnished facilities, including utilities and internet access, will be provided for the contractor's use. Security protocols and compliance with regulations at the BFSU are mandatory during the performance of the contract. This initiative reflects BFSU's commitment to enhancing diagnostic capabilities for patient care through modernized imaging technology.
    The BFSU is issuing a request for proposals (RFP) for the acquisition of a refurbished 128-slice CT scanner to replace its outdated GE 64-slice model. The new scanner is anticipated to enhance diagnostic capabilities and reduce patient scan times due to its advanced technology, allowing for improved monitoring of various medical conditions like cancer and heart disease. The installation will coincide with a planned construction project expected to conclude by mid-2025. The technical specifications outline essential requirements for the scanner, including a heavy-duty table, various imaging packages (such as a CT angiography package), compliance with FDA safety standards, and features like dose-optimized protocols. Additional stipulations include warranty provisions and trade-in for the existing equipment. Overall, this initiative underscores BFSU's commitment to upgrading medical imaging technology while ensuring patient safety and operational efficiency.
    The document outlines the approved DICOM modalities for VistA Imaging as of June 2024, detailing the validation process and listing the various categories and specific devices that have passed the VA's testing criteria. A DICOM modality is classified as "Supported" if it meets the requirements set by the Joint VA/DoD DICOM Modality Conformance Requirements. The document emphasizes that device manufacturers must re-validate their technology following any software updates, and the VA can modify testing requirements at any time. The list of modalities includes categories such as Bone Density, Cardiology, Radiography, Computed Tomography, and Magnetic Resonance, among others, each with a corresponding list of specific approved devices. The document serves as a non-endorsement statement indicating which products can be reliably used within the VA healthcare system, citing the need for quality reviews before clinical use. This analysis is significant for government RFPs and grants focused on healthcare technologies, ensuring compliance and interoperability across various medical imaging modalities used in VA facilities.
    The GoldSeal™ Revolution™ EVO EX is a medical imaging system by GE HealthCare designed for diverse patient needs, particularly in emergency departments managing complex cases and high patient volumes. Key features include a 40 mm detector for reduced scatter noise, high resolution up to 0.28 mm, and a user-friendly Xtream Gantry interface that promotes efficient workflows. The system offers flexible patient table options and a robust x-ray tube capable of high-performance outputs with advanced dose reduction technologies, ensuring minimal radiation exposure while maintaining image quality. The Revolution EVO complies with industry standards such as the NEMA XR 29-2013 standard and adheres to Good Refurbishment Practice (GRP). Additional offerings include onsite training, a one-year warranty, and a commitment to sustainable practices in medical imaging. The system is enhanced with Smart Dose technologies for optimizing patient safety and is equipped to handle various imaging requirements seamlessly, supporting healthcare providers in expanding their service capabilities to better serve their communities. Overall, this document serves as an informative overview for healthcare institutions considering equipment upgrades, emphasizing quality, compliance, and operational efficiency.
    The document outlines a schematic diagram for a Multi-Slice Computed Tomography (CT) room within the Indian Health Service's Billings Area of the Department of Health and Human Services. It primarily serves as a guide for planning the layout and infrastructure essential for the effective operation of a CT facility. Key details include dimensions, equipment placement, and workflow considerations necessary for patient processing, ensuring compliance with healthcare standards. The diagram emphasizes the importance of an optimized space design to enhance diagnostic capabilities while minimizing patient wait times and improving overall service efficiency. This document serves as a foundational blueprint for future RFPs and grant proposals related to healthcare infrastructure development in the Indian Health Service, highlighting federal efforts to enhance medical facilities serving Indigenous populations.
    The Indian Health Service (IHS) Billings Area Office is seeking proposals for a Firm-Fixed Price Purchase Order through Request for Quote (RFQ) 75H709-BF24Q-005, focusing on the procurement of a CT Scanner and related services. This RFQ is designated 100% for Indian Small Business Economic Enterprises (ISBEEs) under NAICS Code 334510, with a small business standard of 1,250 employees. Key deliverables include the acquisition of a GE GoldSeal Revolution EVO EX CT scanner, equipment removal, installation, training, and trade-in of an existing CT scanner. The submission deadline for quotes is September 23, 2024, and all must include relevant documentation, pricing, warranty information, and compliance with federal acquisition regulations. The basis for award will be the Lowest Price, Technically Acceptable (LPTA) criteria, emphasizing adherence to the delivery schedule and requirements for Indian business representation. Additionally, all equipment must be new with OEM warranties, and compliance with IPv6 standards and electronic invoicing through the Invoice Processing Platform (IPP) is necessary. This procurement reflects the IHS's commitment to enhancing healthcare services for Native Americans while ensuring compliance with federal regulations and standards.
    The document outlines key provisions and clauses relevant to government procurement, emphasizing adherence to Federal Acquisition Regulations (FAR) and specific guidelines for the Department of Health and Human Services (HHS). Central themes include the prohibition of contracting with entities engaged in certain activities, representation requirements related to small businesses, and ensuring compliance with accessibility standards for electronic information technology under the Rehabilitation Act. The document mandates that offerors provide representations regarding telecommunications equipment, delinquent tax liabilities, and felony convictions. Furthermore, it details employment preferences for Indian communities and electronic submission requirements for payment requests. The summary reinforces the government's commitment to ethical contracting practices, inclusivity, and compliance with regulatory mandates, ultimately supporting transparency and accountability in federal procurements.
    The document from the Department of Health & Human Services' Indian Health Service outlines the requirements for entities wishing to participate in contracts under the Buy Indian Act. It emphasizes the necessity for Offerors to self-certify as an "Indian Economic Enterprise," confirming their eligibility at three crucial stages: during the offer, contract award, and throughout the contract term. If an enterprise ceases to meet these criteria, they must immediately inform the Contracting Officer. Offerors are also required to be registered in the System of Award Management (SAM). False representations in the bidding process can result in legal penalties. The form includes fields for the owner’s details and the federally recognized tribal entity’s name, underscoring the importance of compliance with federal regulations and the promotion of Indian economic participation. This document serves as a critical standard for managing qualifications of bidders for federal contracts within the Indian Health Service framework.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intent to Sole Source - Preventative Maintenance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole-source contract for a Preventative Maintenance Service Agreement with Cepheid for the maintenance of GeneXpert systems at the Billings Area Indian Health Service in Browning, Montana. This contract will provide essential technical support, including 24/7 phone assistance, on-site help, and annual maintenance checks to ensure compliance with clinical regulations, thereby enhancing the operational efficiency of healthcare services in the community. The agreement emphasizes the importance of maintaining critical diagnostic equipment, with a contract duration of 365 days and a minimum uptime guarantee of 98%. Interested parties may submit a capability statement by September 23, 2024, and should direct inquiries to DeeAndra Salabye at deeandra.salabye@ihs.gov or by phone at 406-208-8857.
    Sol_75H70724Q00140 Bactec FX Blood Culture System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the acquisition of a Bactec FX Blood Culture System for the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to enhance laboratory testing capabilities, particularly for detecting bacterial infections in blood samples, thereby improving healthcare services in the region. The contract will include a 12-month base period with four optional extension periods, and only one award will be made to the selected contractor. Interested vendors must submit their technical proposals, past performance documentation, and price proposals by October 3, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.
    Sol_75H70724Q00138_IntelePharmacy Will Call System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the IntelePharmacy Will Call System to enhance pharmacy operations at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The procurement aims to alleviate congestion and improve patient service by implementing a system that manages prescription notifications and will call medication storage, with a contract duration of 12 months and options for renewal. This initiative is crucial for improving operational capacity and integrating technology in healthcare services, ensuring efficient patient care. Interested vendors must submit their proposals, including technical specifications and pricing, by September 30, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    OB/GYN Supplies for GIMC
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS), part of the Department of Health and Human Services, is seeking suppliers for OB/GYN medical supplies under a Blanket Purchase Agreement for the Gallup Indian Medical Center in New Mexico. The procurement aims to enhance healthcare services for American Indians and Alaska Natives by providing essential products, including tissue removal devices and disposable accessories, with a focus on timely delivery and adherence to established standards. This opportunity is critical for ensuring that the IHS can effectively meet the medical needs of the communities it serves. Interested contractors must submit their quotes by September 30, 2024, and are required to maintain an active profile in the System for Award Management. For further inquiries, contact Melissa Lake at melissa.lake@ihs.gov or call 505-930-1975.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) under the Department of Health and Human Services is seeking proposals for Medicare Cost Reporting Services, aimed at supporting the financial management of healthcare services for American Indians and Alaska Natives. The selected contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and ensuring compliance with Medicare and Medicaid regulations, which are critical for the reimbursement processes of over 600 healthcare facilities. This procurement is significant as it underscores the federal government's commitment to maintaining healthcare service levels in underserved populations while ensuring financial accountability. Proposals are due by 07:30 AM (EST) on September 23, 2024, and should be submitted electronically to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 for each option period.
    Gallup Indian Medical Center - Air Compressor System Demo and Replacement
    Active
    Health And Human Services, Department Of
    Sources Sought HEALTH AND HUMAN SERVICES, DEPARTMENT OF INDIAN HEALTH SERVICE - Air Compressor System Demo and Replacement The Indian Health Service (IHS) is seeking capable sources to remove and install a new air compressor system for the Gallup Indian Medical Center (GIMC) Dental department in Gallup, NM. The anticipated delivery date will be 90 days from the date of award. This procurement falls under the NAICS code 333912 - Air and Gas Compressor Manufacturing. The government will evaluate market information to determine potential suppliers. Preference will be given to Indian economic enterprises in accordance with the Buy Indian Act. Interested parties must submit a capabilities package by Thursday, December 21, 2023, at 10:00 am MST. The primary point of contact is Mr. Stephen Silversmith, Contract Specialist, who can be reached at 505-726-8801 or Stephen.Silversmith@ihs.gov. The place of performance is the Gallup Indian Medical Center located at 516 E. Nizhoni Blvd, Gallup, NM 87301. This is not a solicitation.
    IHS, Pawnee Nephrology Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for nephrology services at the Pawnee Indian Health Center (PIHC) in Oklahoma, with the intent to award a one-year contract. The contractor will provide on-site nephrology care twice a month, with the possibility of adjustments based on patient demand, and must adhere to IHS quality standards and regulatory guidelines. This procurement is crucial for enhancing healthcare services for Native American populations, ensuring comprehensive nephrology care, and maintaining compliance with public health standards. Interested vendors must submit their quotes by 4:00 PM CST on September 5, 2023, to Judy Eaves at judy.eaves@ihs.gov, and the procurement is unrestricted with a focus on promoting participation from small and disadvantaged business enterprises.
    Firm Fixed-Price, Non-Personal Healthcare Service, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ), Contract to provide Medical Laboratory Technologist Services for the Rosebud IHS Hospital, Rosebud, South Dakota
    Active
    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, Non-Personal Healthcare Service contract to provide Medical Laboratory Technologist Services at the Rosebud IHS Hospital in South Dakota. The contract aims to secure up to 12 qualified medical technologists to deliver comprehensive laboratory services from October 15, 2024, to October 14, 2025, with the potential for four additional option years, emphasizing the importance of culturally competent care for the Native American community. The total contract value is capped at $7.5 million over five years, and interested contractors must submit their proposals by October 1, 2024, while ensuring compliance with health care standards and maintaining staffing levels. For further inquiries, contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    Piccolo Chemistry Analyzer - Warm Springs Service Unit
    Active
    Health And Human Services, Department Of
    The Indian Health Service, part of the Department of Health and Human Services, is seeking proposals for the supply and delivery of two Piccolo Express analyzers for the Warm Springs Service Unit in Oregon. The procurement includes a firm fixed price purchase order that encompasses a five-year warranty and CLIA waived panels for various medical tests, including comprehensive metabolic and lipid panels. These analyzers are crucial for providing rapid and accurate point-of-care testing, enhancing the healthcare services at the Warm Springs Health and Wellness Center. Interested vendors must submit their quotations, including a catalog demonstrating compliance with specifications, to PORAOAcquisition@ihs.gov by the specified deadline, with a required delivery date of 60 days from the award.
    24/7 Telebehavioral Health Services - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for 24/7 Telebehavioral Health Services at the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement aims to provide mental health services to adolescents suffering from Serious Mental Illness (SMI) and Substance Use Disorders (SUD) through telehealth, thereby enhancing access to care and addressing treatment gaps in the community. This contract, which is a Total Small Business Set-Aside, will be awarded for a base year with four option years, emphasizing the importance of culturally competent care and quality assurance in mental health outcomes for Native American youth. Interested vendors must submit their proposals by 5:30 PM MDT on October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.