Brand Name or Equal Front Mount Motor & Accessories (PSC 3750)
ID: YSU25015Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEINDIAN HEALTH SERVICEPORTLAND, OR, 97209, USA

NAICS

Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing (333112)

PSC

GARDENING IMPLEMENTS AND TOOLS (3750)

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), is seeking proposals for the procurement of a front mount mower and associated accessories, including a hard cab closure and various mower decks, to enhance operational efficiency at the Yakama Indian Health Center in Toppenish, Washington. The contract aims to replace existing equipment with a Kubota F2690 or an equivalent model, ensuring compliance with federal acquisition regulations and promoting supplier diversity through an Indian Small Business Economic Enterprise (ISBEE) set-aside. This initiative is crucial for maintaining safe access to the clinic by ensuring well-maintained grounds for patients. Interested vendors must submit their proposals, including self-certification as an "Indian Firm," to the primary contact, Morningstar Smith, at Morningstar.Smith@ihs.gov, by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    This document pertains to a Massey Ferguson ZT33 mower, detailing its identification through serial number and specific components. The attachment lists the manufacturer and model, along with a series of components associated with the mower: front, side, and back mowers, as well as an hour meter. The purpose of this document appears to be the documentation of equipment specifications, potentially for use in government procurement processes related to federal or state/local RFPs and grants. Accurate representation of equipment details is vital for compliance and operational standards in government-related contracting, ensuring that equipment meets specified performance criteria. The succinct format suggests a focus on essential information for effective assessment and decision-making in procurement contexts.
    The Yakama Indian Health Center seeks to procure a replacement riding mower and associated implements to manage its clinic grounds effectively. The contract focuses on the delivery of a Kubota F2690 or an equivalent mower, along with various compatible attachments, including grass catchers, sweeping equipment, and maintenance manuals. The selected vendor is also expected to provide manufacturer warranties and offer a trade-in credit for the existing mower, which must be removed following legal regulations. All equipment should be delivered to the facility in Toppenish, WA, during business hours and within 30 days post-award. This initiative emphasizes the importance of maintaining safe access to the clinic for patients by ensuring a cleared and well-maintained environment.
    The document outlines a solicitation by the IHS Yakama Service Unit for the procurement of a front mount mower with various accessories. The solicitation includes a schedule of items required, such as a hard cab closure, multiple mower decks, a rotary broom, and a hydraulic valve. It also specifies the inclusion of freight and a potential trade-in of existing equipment. The solicitation incorporates numerous federal acquisition regulations (FAR) clauses that address compliance requirements for contractors, including clauses concerning contractor ethics, prohibitions against certain types of supplies, and the necessity for accelerated payments to small businesses. Additionally, the document lists provisions for small business participation and provides guidelines for responses to ensure adherence to the requirements for product specifications. It emphasizes the importance of electronic and information technology accessibility and supplier diversity. The purpose of this solicitation is to enhance operational efficiency and equipment standardization while ensuring regulatory compliance in procurement practices aligned with federal guidelines.
    The Indian Health Service (IHS) is issuing a solicitation under the Buy Indian Act, requiring a representation form from Offerors to certify their status as an "Indian Firm" with "Indian Ownership." This self-certification is essential at the time of bidding, contract award, and throughout the contract duration, ensuring ongoing eligibility. Offerors must immediately notify the Contracting Officer if they cease to meet eligibility criteria. Additionally, successful Offerors must be registered with DUN and Bradstreet (D&B) and the System of Award Management (SAM). Misrepresentation or false claims during the bidding process or contract execution is illegal and punishable under federal law. The document serves as a formal declaration of the Offeror's business status, ensuring compliance with Indigenous ownership requirements, and facilitating federal contracting opportunities aimed at supporting Indian enterprises.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Name Brand or Equal to: Nanosonics Trophon 2 High Level Disinfection Device, Santa Fe Indian HC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for the acquisition of a Nanosonics Trophon 2 High-Level Disinfection Device, along with annual preventive maintenance services, for the Santa Fe Indian Health Center in New Mexico. This procurement emphasizes the need for equipment that meets specific dimensions and compatibility with existing systems, as outlined in the Performance Work Statement (PWS), and encourages participation from Indian Small Business Economic Enterprises under a Buy Indian Set-Aside initiative. The contract will be structured as a firm-fixed-price agreement, covering a base year with four option years for maintenance services, and will involve performance evaluations to ensure compliance with federal standards. Interested parties can contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754 for further details.
    Preventive Maintenance Services for Steris Equipment
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide preventive maintenance services for Steris equipment at the Navajo Area Indian Health Service in Kayenta, Arizona. The procurement aims to ensure the reliable operation and longevity of critical medical laboratory testing equipment, which is essential for delivering healthcare services to the local community. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties can reach out to Flora Washington at flora.washington@ihs.gov or call 928-380-8345 for further details. The presolicitation notice indicates that the contract will be awarded following the evaluation of proposals, although specific funding amounts and deadlines have not been disclosed.
    Solicitation 75H70725Q00061_Air handling/Exhaust Units Inspection and Cleaning for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for air handling and exhaust unit inspection and cleaning services at the Zuni Comprehensive Community Health Center in New Mexico. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses in federal contracting. The contract will be awarded as a Firm Fixed Price, with an initial base year and an option for renewal, requiring contractors to submit technical acceptability, past performance, and price proposals by March 18, 2025. Interested parties can contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768 for further information.
    Printer Copier Lease Services for White Earth Health Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Printer Copier Lease Services for the White Earth Health Clinic located in Ogema, Minnesota. The procurement involves a firm-fixed price contract for leasing and maintaining various copier models, including Canon and HP, over a five-year period starting May 1, 2025, with four optional renewal years. This initiative aims to enhance operational efficiency and service delivery in healthcare settings, ensuring compliance with accessibility standards and providing reliable equipment support. Proposals are due by March 24, 2025, at 2:00 PM CST, and interested contractors must submit their proposals electronically to Jennifer Richardson or Mary Simon, ensuring they are registered in the System for Award Management (SAM).
    Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract. This procurement aims to gather specialized cost data and estimating services that will support the construction and renovation of facilities serving Native American communities. The selected contractor will play a crucial role in ensuring accurate budgeting and financial planning for projects that enhance healthcare infrastructure. Interested parties should contact Matt D Sanders at matt.sanders@ihs.gov or 206-374-7302, or Andrew E. Hart at andrew.hart@ihs.gov or 206-615-2453 for further details. Additionally, Offerors must comply with the Buy Indian Act and confirm their status as an "Indian Economic Enterprise" throughout the contract process.
    Heavy Equipment Trailer, Yakama Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of heavy-duty trailers for the Yakama Agency. The requirement includes two specific models: a 20ft Heavy Duty Tandem Dual Wheel Gooseneck trailer and a 22ft Heavy Duty Over-the-Axle Tilt Bed Equipment Trailer, both designed to meet stringent safety and functionality standards for government use. This procurement is part of an initiative to support Indian Small Business Economic Enterprises (ISBEEs), with a Firm-Fixed-Price purchase order expected to be awarded, requiring delivery within 90 days post-award. Interested suppliers can reach out to Brock Bell at brock.bell@bia.gov for further details and must adhere to the submission guidelines outlined in the RFP.
    Portable Air Compressor, Yakama Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of a Portable Air Compressor for the Yakama Agency located in Toppenish, WA. The solicitation is set aside for Indian Small Business Economic Enterprises (ISBEEs) and requires compliance with specific technical specifications, including adherence to Tier 4 Final emissions standards and a free-air delivery of 185 cfm. This equipment is essential for various operational tasks within the agency, ensuring efficient performance and reliability. Interested contractors must submit their proposals within the specified timeframe, with an anticipated delivery of the compressor within 60 days after award. For further inquiries, potential bidders can contact Brock Bell at brock.bell@bia.gov.
    Respiratory Equipment and Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking Indian Economic Enterprises (IEE) to supply respiratory equipment and supplies for the Rosebud Comprehensive Health Care Facility in South Dakota. The contract aims to provide essential respiratory care items, such as oxygen concentrators and CPAP machines, for patients without alternative healthcare coverage, thereby enhancing health outcomes for Native Americans. This procurement is crucial for improving the quality of life for the Rosebud Sioux tribal members and will operate under a Firm-Fixed Price Purchase Order for a base year with four potential option years, starting from May 1, 2025, to April 30, 2026. Interested vendors should submit their responses via email to the designated Contract Specialist by March 17, 2025, and are encouraged to register with the electronic Invoice Processing Platform (IPP) for payment processing. For further inquiries, contact William Kohl at william.kohl@ihs.gov or call 605-268-3136.
    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.