Solicitation 75H70725Q00101 - Accufit9000 Pro for Zuni Comprehensive Community Health Center
ID: Solicitation_75H70725Q00101Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEALBUQUERQUE AREA INDIAN HEALTH SVCALBUQUERQUE, NM, 87110, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

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 soliciting quotes for the procurement of AccuFIT 9000 PRO fit test equipment for the Zuni Comprehensive Community Health Center in New Mexico. This Request for Quote (RFQ) aims to enhance respiratory protection for workers against chemical and biological hazards, emphasizing the importance of safety and productivity in the community. Interested vendors, particularly those qualifying as Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, must submit technical specifications, a delivery schedule, pricing, and an Indian Economic Enterprise Representation by May 22, 2025, at 3:00 PM (MT). For inquiries, vendors can contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Health & Human Services' Indian Health Service outlines requirements under the Buy Indian Act for Indian Economic Enterprises responding to federal solicitations. This form serves as a self-certification that the Offeror qualifies as an “Indian Economic Enterprise” at the time of offer, award, and throughout contract performance. Eligibility must be maintained, with contractual obligations to inform the Contracting Officer if status changes. Individual contracting officers may request documentation of compliance, and false representations can lead to legal penalties. Additionally, Offerors must be registered with the System of Award Management (SAM). The documentation emphasizes accountability and adherence to legal standards for enterprises claiming Indian ownership, thereby supporting economic opportunities for recognized tribal entities through federal set-asides or sole-source contracts.
    The document outlines a solicitation regarding government-funded initiatives that solicit proposals through requests for proposals (RFPs) and grants at federal, state, and local levels. It includes queries and responses pertaining to project expectations, eligibility criteria, funding parameters, and compliance requirements. Key elements of the solicitation involve detailing project objectives, anticipated outcomes, and the necessary qualifications for applicants. It emphasizes the need for relevant experience and capabilities in addressing specified needs outlined by the government. Furthermore, the document discusses the evaluation criteria that will guide the selection of proposals, focusing on innovation, cost-effectiveness, and potential impact. The overall purpose is to invite qualified organizations to submit their proposals in response to government needs, ensuring that all aspects of the application process are transparent and adhere to established guidelines. By providing clarity on procedure, eligibility, and evaluation, the solicitation aims to foster competitive and high-quality proposals that align with government objectives, ultimately contributing to efficient use of taxpayer funds and public service enhancement.
    The document outlines Request for Quotation (RFQ) #75H70725Q00101 issued by the Albuquerque Indian Health Service for the procurement of AccuFIT 9000 PRO fit test equipment and associated services. The solicitation is targeted at Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act. Interested vendors must submit technical specifications, a delivery schedule, pricing, and an Indian Economic Enterprise Representation. The request aims to enhance safety in respiratory protection for workers against chemical and biological hazards. The procurement involves a firm fixed-price purchase order for multiple units of the AccuFIT 9000 PRO, which is crucial for conducting Quantitative Fit Tests efficiently. Suppliers must adhere to federal regulations, and compliance with technical, delivery, and warranty specifications is mandatory. Notably, there are guidelines regarding packaging, marking, inspection, acceptance, and invoicing processes, emphasizing the importance of coordination between the contractor and government authorities. The RFQ highlights the community's intent to increase productivity and safety through the acquisition of the specified equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    All in one visual acuity system
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified vendors to provide a Smart System Standard all-in-one visual acuity system for the Crownpoint Healthcare Facility in Crownpoint, New Mexico. This procurement falls under the NAICS code 339115 for Ophthalmic Goods Manufacturing and is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian-owned businesses. The Request for Quotations (RFQ) is expected to be issued by April 21, 2025, with quotes due by April 28, 2025. Interested parties must maintain an active profile in the System for Award Management (SAM) and can contact Arlynda Largo at Arlynda.largo@ihs.gov or 505-786-2530 for further information.
    TMDE Physiological Monitor Test Equipment for the Great Plains Area Indian Health Service (GPAIHS), Biomedical Department, Aberdeen, South Dakota
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking qualified vendors to provide TMDE Physiological Monitor Test Equipment for the Great Plains Area Indian Health Service (GPAIHS) Biomedical Department located in Aberdeen, South Dakota. The procurement aims to acquire essential equipment, including the SimCube SC-5kit, Pronk Inflator Pressure Calibrator, SimSlim SL-8, and OxSim Flex w/ Mobilize, which are critical for the testing, verification, and calibration of medical devices to ensure patient safety and regulatory compliance within IHS healthcare facilities. Interested parties must be authorized distributors or original equipment manufacturers (OEMs) and are required to submit a capability statement detailing their experience and capacity by December 26, 2025, at 12:00 p.m. Central Standard Time (CST). For further inquiries, contact Wenda Wright at wenda.wright@ihs.gov or by phone at 605-226-7724.
    AEDs for KHC General Services Department
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking suppliers for Automated External Defibrillators (AEDs) for the Navajo Area Indian Health Service located in Kayenta, Arizona. This procurement is part of a requirement to enhance medical emergency response capabilities within the service unit, emphasizing the critical role of AEDs in saving lives during cardiac emergencies. The Request for Quotations No. 75H71026Q00023 is anticipated to be issued by December 18, 2025, with quotes due by January 5, 2026, at 10:00 AM EDT. Interested vendors must have an active registration in the System for Award Management (SAM) and can direct inquiries to Charity Yellowhair-Gilbert at charity.yellowhair-gilbert@ihs.gov or by phone at 928-697-5070.
    KHC BIOMERIEUX SUPPLIES
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to negotiate a non-competitive firm-fixed-price contract for supplies from Biomerieux, Inc. This procurement involves the BioFire RP2.1 Panel and Filmarray GI Panel, which are essential for the Laboratory Department at the Kayenta Health Center in Kayenta, Arizona. These diagnostic supplies play a crucial role in supporting healthcare services within the Navajo Area Indian Health Service. Interested parties other than Biomerieux, Inc. may submit a capability statement to Daisha Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 17, 2025, although the government is not obligated to respond to submissions. The contract will span a base year plus four option years, and eligibility requirements include compliance with the Indian Economic Enterprise definition as outlined in the IHS guidelines.
    Emergency Department Medical Equipment and Supplies
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting market research to identify potential sources for medical equipment and supplies needed for the Emergency Department at Gallup Indian Medical Center in New Mexico. The procurement focuses on a variety of essential items, including general procedure carts, adjustable-height instrument tables, isolation carts, and various scales, all adhering to specific infection control standards and operational efficiency requirements. This opportunity is crucial for ensuring the availability of high-quality medical supplies that support healthcare delivery in the region. Interested vendors must submit their qualifications and capability statements by December 19, 2025, at 10:00 AM (MST) to Rodney Brown at Rodney.Brown@ihs.gov, and must be registered in the System for Award Management (SAM) to participate.
    OPTOMETRY EQUIPMENT- CLINTON IHS
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotes for the procurement of two new Zeiss Cirrus Model 6000 OCT devices with AngioPlex software, along with annual maintenance agreements, specifically for the Clinton Service Unit in Oklahoma. This procurement aims to replace outdated equipment at the Clinton, El Reno, and Watonga Indian Health Centers, ensuring compliance with federal standards and enhancing ocular imaging and analysis capabilities. The contract includes delivery, installation, comprehensive training, and adherence to stringent security and accessibility requirements, with a performance period from January 1, 2026, to December 31, 2026, and an option for four additional years. Interested vendors must submit their quotes by December 15, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must also self-certify their status as an Indian Economic Enterprise under the Buy Indian Act.
    Albuquerque Area Indian Health Service Sustainable Products and Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for sustainable products and services in the Albuquerque area. This procurement aims to identify sources that can provide environmentally friendly and sustainable solutions tailored to the needs of the Indian Health Service. The goods and services procured will play a crucial role in enhancing healthcare delivery while promoting sustainability within the community. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should reach out to Eric Wright at eric.wright@ihs.gov or call 505-256-6752 for further details regarding this opportunity.
    Optos California RGB Ultra-Widefield Retinal Camera - Taos-Picuris Service Unit - Taos, NM
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking information from businesses capable of supplying one Optos California RGB Ultra-Widefield Retinal Camera for the Taos-Picuris Service Unit in Taos, New Mexico. This Sources Sought Notice aims to determine if an Indian Small Business Economic Enterprise (ISBEE) or a Total Small Business Set-Aside can meet the procurement requirements, emphasizing the importance of Indian Economic Enterprises in accordance with the Buy Indian Act. Interested parties must submit their company information, including their Unique Entity Identifier (UEI), business size classification, and the completed IHS IEE Representation Form by December 16, 2025, at 5:30 PM MST to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    Hearing Aid Manufacturer
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking Indian Small Business Economic Enterprises (ISBEEs) capable of manufacturing programmable hearing aids and related accessories, including wireless systems and chargers. The procurement emphasizes the need for manufacturers, not resellers, and specifies that the hearing aids must include features such as 16 or more channels, adaptive directional microphones, noise reduction capabilities, and wireless programmability, among other technical performance standards. This initiative is part of the Buy Indian Act, aiming to support Indian Economic Enterprises in providing essential medical devices for individuals with varying degrees of hearing loss. Interested parties must submit a capability statement, the Buy Indian Act Indian Economic Enterprise Representation Form, and company information by January 5, 2023, at 2:00 PM PST, with submissions limited to five pages and directed to the specified Contract Specialist, Edson Yellowfish, at Edson.Yellowfish@ihs.gov.
    Solicitation for Firm, fixed-price, commercial item purchase order for OPTOMETRY MEDICAL EQUIPMENT for the Wagner Indian Health Service Hospital, 111 Washington Ave NW, Wagner, South Dakota 57380. BRAND NAME ONLY: CARL ZEISS MEDITEC USA, INC. HFA3 MODEL 86
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for a firm-fixed-price commercial item purchase order for optometry medical equipment, specifically the CARL ZEISS MEDITEC USA, INC. HFA3 MODEL 860, for the Wagner Indian Health Service Hospital in South Dakota. This procurement is a 100% Small Business Set-Aside, requiring new equipment and parts, and explicitly prohibiting used or counterfeit items. The selected contractor will be responsible for delivering the equipment within 90 days of award, with quotes due by December 15, 2025, and questions accepted until December 5, 2025. Interested vendors must be registered with SAM.gov and utilize the Invoice Processing Platform for payments, with the award based on the lowest price that meets technical acceptability criteria. For further inquiries, contact William Kohl at william.kohl@ihs.gov or call 605-742-3686.