Firm Fixed-Price, Commercial Item, Purchase to provide IT Equipment for the Lower Brule Service Unit (LBSU), Lower Brule Health Center (LBHC), Lower Brule, South Dakota.
ID: RFQ-25-006Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEGREAT PLAINS AREA INDIAN HEALTH SVCABERDEEN, SD, 57401, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

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, through the Indian Health Service, is seeking qualified vendors to provide IT equipment for the Lower Brule Service Unit in Lower Brule, South Dakota. The procurement involves a Firm Fixed-Price Commercial Item Purchase Order for various Dell laptops and monitors, adhering to a "100% Buy Indian, Small Business" standard, with a delivery period of 45 days from the date of award. This initiative is crucial for ensuring compatibility and continuity with existing systems, thereby enhancing operational efficiency and minimizing administrative costs. Interested parties must submit their bids by March 20, 2025, and are required to comply with federal procurement regulations, including registration with the System for Award Management. For further inquiries, vendors can contact David Jones at david.jones@ihs.gov or Nichole Lerew at nichole.lerew@ihs.gov.

    Files
    Title
    Posted
    The document outlines the justification for purchasing Dell brand computer equipment for the Indian Health Service (IHS) to ensure compatibility and continuity with existing systems. It highlights the use of Dell products as essential for meeting agency needs, as they support interoperability, require less training, and minimize administrative costs. The statutory authority cited allows for limited competition due to the unique features of Dell hardware, which are crucial for operational continuity, thus eliminating the need for additional technical support and security testing associated with other brands. Market research confirms that procuring Dell equipment ensures the best value through competitive pricing. The document emphasizes compliance with the Federal Information Security Modernization Act by maintaining a standardized hardware environment, thereby minimizing vulnerability to cyber threats. Overall, the recommendation aims to replace outdated equipment while supporting specific IHS initiatives, underlining the need for reliability in both performance and security.
    The document outlines specifications for the procurement of Dell computing equipment through federal funding. It details two primary products: the Dell OptiPlex All-in-One 7420 and the Dell Latitude 5550, both equipped with high-performance processors and various features suitable for government use, including pre-installed Windows 11 Pro and Microsoft Office 365 trial access. Additional items include a Dell 24 Monitor and required support services. The specifications emphasize components such as Intel vPro technology for enterprise-level security and management, energy efficiency ratings (ENERGY STAR and EPEAT), and standard service agreements for hardware support. The document also stipulates that only the designated Contracting Officer may authorize modifications to the agreements, reinforcing strict governance regarding expenditure and contract terms. This procurement effort aligns with federal requirements to upgrade technology for enhanced operational effectiveness within government agencies, ensuring that the acquired systems reflect contemporary technological capabilities and compliance with regulatory standards.
    The Indian Health Service's solicitation document outlines requirements under the Buy Indian Act for Offerors seeking contracts as Indian Economic Enterprises. It mandates self-certification that the Offeror meets the definition of an Indian Economic Enterprise at three key stages: when submitting an offer, at contract award, and throughout the contract's duration. If eligibility criteria are no longer met, immediate written notification to the Contracting Officer is required. Additionally, Offerors must be registered with the System of Award Management (SAM) and ensure all claims are truthful to avoid legal penalties. The representation section confirms whether the business meets the set criteria of “Indian Ownership.” This document serves to enforce compliance, ensuring that contracts aimed at benefiting Indigenous businesses are awarded to qualified entities in accordance with federal guidelines.
    The Great Plains Area Indian Health Service (IHS) has issued a combined synopsis/solicitation, RFQ-25-006, for the procurement of IT laptops and equipment under a "100% Buy Indian, Small Business" standard. The goal is to award a Firm-Fixed Price Commercial Item Purchase Order, specifically for the Lower Brule Service Unit in Lower Brule, South Dakota, with a delivery period of 45 days from the date of award. The required items include various Dell products, such as laptops and monitors, all brand name, and vendors must provide all-inclusive pricing. The bid submission deadline is March 20, 2025, with required documents including technical descriptions, warranty terms, and past performance information. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, where only proposals that meet technical requirements will be considered. Additionally, compliance with Federal Acquisition Regulations and registration with the System for Award Management is mandatory. The procedure requires electronic submission of payment requests through an established electronic invoicing system to enhance efficiency. This solicitation underscores the IHS’s commitment to engage qualified small businesses while adhering to federal procurement standards.
    Similar Opportunities
    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.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide Licensing, Maintenance, and Support for IHS Great Plains Areawide Laboratory Information Systems. Period of Performance: 01/01/2025 - 12/31/2025.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to provide licensing, maintenance, and support for the Great Plains Areawide Laboratory Information Systems, with a contract period from January 1, 2025, to December 31, 2025. The procurement aims to establish a comprehensive solution that includes middleware support, compatibility with existing HL7 interfaces, and ongoing training and maintenance services to enhance clinical operations across IHS service units. This initiative is crucial for ensuring effective data exchange and standardization in healthcare technology within the Great Plains Area. Interested parties should respond to the Sources Sought notice by submitting their company information to David Jones at david.jones@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    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.
    Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide Areawide Service, Support, & Maintenance Agreement for RPMS/Radiology PACS, Chargemaster and Lab Interface for GPA IHS Health Care Facilities. Base + Four OY.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide a Firm Fixed-Price, Non-Personal Service Type agreement for Areawide Service, Support, and Maintenance of the RPMS/Radiology PACS, Chargemaster, and Lab Interface for Great Plains Area Indian Health Service facilities. The contractor will be responsible for system monitoring, troubleshooting, and updates, ensuring compliance with equipment guidelines, and providing 24/7 emergency support, which is critical for maintaining efficient healthcare operations in the region. This opportunity is set aside under the Buy Indian Act, emphasizing the importance of supporting Indian Economic Enterprises, and interested parties must be registered with the System of Award Management (SAM). For further inquiries, potential bidders can contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov, with the contract including a base period and four option years.
    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.
    Cepheid Reagent Test Cartridges and Consumables
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to supply Cepheid Reagent Test Cartridges and consumables for healthcare facilities in the Great Plains Area, particularly in South Dakota. This procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract to ensure a consistent supply of molecular diagnostic reagent test kits, which are vital for enhancing patient care in underserved rural areas, especially for rapid COVID-19 testing and diagnosing sexually transmitted infections. The contract will span from April 1, 2025, to March 31, 2030, with a structured ordering system and electronic invoicing to streamline operations; interested vendors must submit their capabilities by March 17, 2025, to William Kohl at william.kohl@ihs.gov or by phone at 605-268-3136.
    Firm Fixed-Price Non-Personal Service Purchase Order to provide Optometrist Services for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a firm fixed-price non-personal service purchase order to provide optometrist services for the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota. The contract aims to source qualified optometrists to serve approximately 7,000 tribal members, ensuring they meet specific credentialing requirements and adhere to IHS standards while delivering comprehensive patient care. This initiative is crucial for enhancing healthcare access in a rural area where patients often travel significant distances for services. Interested parties can contact Andrea Whipple at andrea.whipple@ihs.gov or call 605-268-2022 for further details regarding the procurement process.
    Pharmacist Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide pharmacist services at the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota. The primary objective is to ensure continuous pharmaceutical care for approximately 7,000 tribal members, requiring the provision of up to two pharmacists to cover staffing absences and maintain compliance with IHS guidelines. This opportunity is critical for enhancing healthcare delivery within the community, emphasizing the need for culturally sensitive interactions and adherence to federal regulations. Interested parties must submit their capabilities by March 17, 2025, and can contact William Kohl at william.kohl@ihs.gov or 605-268-3136 for further information.
    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.
    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).