Solicitation_75H70725Q00078- HP Toners supply for Zuni Comprehensive Community Health Center
ID: Solicitation-75H70725Q00078Type: Solicitation
AwardedMay 8, 2025
$254.8K$254,775
AwardeeBIGHORN RIDGERUNNERS, LLC Dunwoody GA 30338 USA
Award #:75H70725P00122
Overview

Buyer

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

NAICS

Office Supplies (except Paper) Manufacturing (339940)

PSC

OFFICE SUPPLIES (7510)

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 (IHS), is soliciting proposals for the supply of Hewlett Packard (HP) toner cartridges for the Zuni Comprehensive Community Health Center located in Zuni, New Mexico. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) in accordance with the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses in federal contracting. The contract will require vendors to provide new HP toner cartridges, with specific models and quantities detailed in the solicitation, ensuring operational efficiency for healthcare services. Interested contractors must submit their proposals by April 16, 2025, with questions due by April 9, 2025, and can contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) outlines the requirements for contractors under the Buy Indian Act through a Solicitation/Sources Sought Notice. This document serves as a self-certification form for Offerors to verify their status as an “Indian Economic Enterprise,” which requires meeting specific eligibility criteria at the point of offer, contract award, and throughout the contract's duration. If a contractor fails to meet these requirements at any time, they are obligated to inform the Contracting Officer immediately. Documentation of eligibility may be requested, and submitting false information can lead to legal penalties. Offerors must also be registered in the System of Award Management (SAM). The form captures essential details including the name of the 51% owner, certifying signature, and information about the business and tribal affiliation. This process aims to ensure compliance with the Buy Indian Act, promoting economic opportunities for Indian-owned enterprises in government contracting.
    The document outlines the Past Performance Survey for the Indian Health Service's solicitation for toner supplies under Solicitation No. 75H70725Q00078. It requests information on contractors' past work performance, including client details, contract specifics, and performance ratings based on measurable indicators. Key performance areas include compliance with contract requirements, accuracy of reports, technical excellence, cost control, timeliness, business relations, and customer satisfaction. Each area is rated from excellent to unacceptable based on performance metrics, with an emphasis on an objective evaluation process. The survey is designed to assess contractors’ capabilities and their ability to meet the operational needs of the Department of Health and Human Services, particularly in serving diverse patient backgrounds across various communities. Ultimately, the survey aims to ensure that the selected contractors are evaluated on their proven performance, supporting effective service delivery for targeted populations.
    The government file outlines a solicitation for proposals covering federal, state, and local requests for proposals (RFPs) and grants. It seeks to identify potential contractors capable of fulfilling specific project requirements laid out in the solicitation. Key components include the introduction of the proposal, the evaluation criteria for submissions, and guidelines for compliance with federal regulations. The solicitation emphasizes transparency and fairness in the selection process, encouraging diverse participation from qualified vendors. Proposers must demonstrate their expertise and capacity by addressing subject matter queries and detailing their approach to project execution. The document plays a crucial role in guiding prospective bidders by clarifying expectations and standardizing the submission process, ultimately aiming to procure services that align with governmental objectives effectively.
    The document serves as an amendment (0001) to a government solicitation, providing responses to questions posed by potential contractors regarding the contract's requirements. Key clarifications include that New Mexico Gross Receipt Taxes apply solely to services, not supplies, and that only HP-manufactured toner cartridges are acceptable, despite previous mentions of "brand name or equal." Additional revisions remove certain prerequisites for contractor operations such as requiring prior written approval from the Contracting Officer for using alternate vendors, as well as the ambiguity surrounding "clearances" before service start dates. The amendment also addresses a query on minimum order quantities, confirming that orders of one unit are acceptable. Lastly, it highlights discrepancies in the NAICS codes listed in relevant documentation, assuring that similar codes may be considered for compliance. This amendment is integral for ensuring all contractors have a clear understanding of the solicitation requirements and expectations moving forward.
    The document pertains to an amendment of Solicitation No. 75H70725Q00078 issued by the Indian Health Service, Albuquerque Area Office, requiring the supply of Hewlett Packard (HP) Toner Cartridges for the Zuni Comprehensive Community Health Center in Zuni, New Mexico. This solicitation is specifically set aside for Indian Small Business Economic Enterprises under the Buy Indian Act. The amendment informs contractors to acknowledge receipt properly and provides guidelines on modifying previously submitted offers. Evaluations of submissions will be based on deliverables, past performance, pricing, and necessary forms. All proposals must be submitted by April 16, 2025, with a deadline for questions set for April 9, 2025. Adherence to specified submission requirements is critical to avoid non-responsiveness. The document reflects standard practices in federal procurement processes, emphasizing compliance with regulations while promoting participation from Indian enterprises.
    The document pertains to Solicitation No. 75H70725Q00078, issued by the Indian Health Service (IHS) for supplying Hewlett Packard (HP) toner cartridges to the Zuni Comprehensive Community Health Center (ZCCHC) in Zuni, New Mexico. The contract is set aside for Indian Small Business Economic Enterprises in accordance with the Buy Indian Act. Key submission requirements include a complete proposal containing deliverables, past performance, a price proposal, and necessary documentation. The solicitation anticipates a firm fixed-price contract, with the base period followed by two optional renewal periods. Vendors must provide only new HP toners, with specific models and quantities outlined, and ensure timely delivery to support daily operations across various departments. Acceptance of supplies will adhere to strict inspection standards, and an oversight framework is established for contract administration, including designated contracting officers and representatives. The document details the ordering process, delivery guidelines, and contractor obligations, reinforcing compliance with applicable federal regulations and tax responsibilities. Overall, it underscores the importance of ensuring an uninterrupted supply of essential toner cartridges to maintain operational efficiency in healthcare services.
    The document outlines a request for supplies, specifically detailed specifications for various HP toner cartridges. It includes 50 units each of black, cyan, yellow, and magenta toner cartridges in the 655A series, as well as 25 units each for the 508X series and 40 and 20 units for the 147X and 213X series, respectively. The list also mentions shipping costs, total pricing, and option periods for potential extended contracts. Additional technical specifications highlight print technology (laser), page yield capacities for black and color toners, and the operating and storage conditions such as temperature and humidity ranges. This proposal appears to form part of federal or local government procurement processes, aimed at fulfilling office supply needs while ensuring adherence to cost and quality standards as outlined in relevant RFPs. The inclusion of option periods indicates a willingness for continued business relationships contingent on satisfactory initial performance.
    Similar Opportunities
    Albuquerque Area Indian Health Service Commercial Printing Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Albuquerque Area Indian Health Service, is seeking qualified Native American-owned small businesses to provide commercial printing services under the Government Commercial Purchase Card (GCPC) program. This sources sought notice aims to gather information on potential suppliers capable of delivering commercial printing services, including same-day print jobs, and to assess their size classification and socioeconomic status. The information collected will assist the government in determining the appropriate acquisition method, including potential set-asides, with responses due by December 31, 2025, at 12:00 PM. Interested parties should contact Eric Wright at eric.wright@ihs.gov and ensure they are registered in the System for Award Management (SAM).
    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.
    FY26 GSU THC Pharmaceutical Medication Returns [base+3options]
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is soliciting proposals for pharmaceutical medication returns at the Tohatchi Health Center in New Mexico. This procurement, set aside for small businesses, requires offerors to provide waste disposal services, including waste characterization, container provision, staff training, and ongoing support, with a contract period spanning from January 1, 2026, to December 31, 2026, and options for three additional years. The services are critical for managing hazardous pharmaceutical waste in compliance with regulatory standards, ensuring safe disposal and environmental protection. Interested parties must submit their proposals by December 19, 2025, at 3:00 PM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Office Supplies for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Pacific Region, is seeking quotations for office supplies for the Turtle Mountain Agency in North Dakota. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 339940, which pertains to Office Supplies Manufacturing, and includes items such as toner cartridges, folders, tape, batteries, and cleaning wipes. The supplies are essential for the operational needs of the agency, ensuring efficient administrative functions. Quotes are due by December 15, 2025, at 0900 PST, with an anticipated delivery date of January 30, 2026. Interested vendors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210 for further information.
    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.
    Sources Sought: Storeroom Supplies for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking responses from qualified Indian Small Businesses Economic Enterprises (ISBEE) for the procurement of storeroom supplies for the Woodrow Wilson Keeble Memorial Health Care Center located in Sisseton, South Dakota. The primary objective is to secure essential supplies for direct patient care, including a variety of office and maintenance items such as facial tissues, paper towels, hand sanitizer, and cleaning supplies, as detailed in the attached specification list. This procurement is crucial for maintaining the operational efficiency of the health care center, which serves approximately 7,000 tribal members and provides a range of medical services. Interested parties must submit their capability statements via email to Jeremiah Tsoodle by December 24, 2025, at 1:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-26-1521179 in the subject line.
    Postage Fee - Pitney Bowes Reserve Account
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is seeking to negotiate a contract with Pitney Bowes Reserve Account for postage fees required by the General Services Department. This procurement is classified under the NAICS code 532420, which pertains to Office Machinery and Equipment Rental and Leasing, and is intended to fulfill a unique need that Pitney Bowes is uniquely qualified to address. The opportunity is not a solicitation for bids, and interested vendors may submit capability statements by 10:00 AM (MST) on December 17, 2025, to the primary contact, Arlynda Largo, at arlynda.largo@ihs.gov or by phone at 505-786-2530.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for Remote Coding Services for the Albuquerque Indian Dental Clinic. The procurement aims to secure non-personal healthcare services that include professional billing and coding, with a focus on maintaining a 95% accuracy rate and ensuring timely turnaround for coding tasks. These services are critical for the efficient management of clinical visits, accurate diagnostic coding, and compliance with data privacy regulations such as HIPAA. Proposals are due by December 19, 2025, at 12 PM MT, and interested offerors must contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further inquiries. The contract will be awarded as a firm-fixed-price purchase order for one base year with four optional renewal periods, and eligibility requires registration in the System for Award Management (SAM).
    GIMC Housekeeping Supply BPAs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is planning to establish multiple Blanket Purchase Agreements (BPAs) for janitorial and housekeeping supplies at the Gallup Service Unit in New Mexico. The procurement includes a variety of essential items such as trash can liners, biohazardous bags, bathroom tissue, disinfectants, and cleaning equipment, which are critical for maintaining hygiene and sanitation standards in healthcare facilities. The anticipated period of performance spans one year with four optional extensions, starting from January 15, 2026, and interested vendors are encouraged to submit their capability statements and price lists by December 23, 2025, to the primary contact, Bertina Jones, at bertina.jones@ihs.gov.