Pharmacy Equipment for IHS, Monacan Health Center
ID: 75H71525Q00013Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENASHVILLE AREA INDIAN HEALTH SVCNASHVILLE, TN, 37214, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

REFRIGERATION EQUIPMENT (4110)

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 seeking proposals for the acquisition of pharmacy equipment for the Monacan Health Center located in Madison Heights, Virginia. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and includes essential items such as pharmacy refrigerators, a vaccine refrigerator, a countertop vaccine freezer, an undercounter pharmacy refrigerator, and a narcotics pharmacy safe. The equipment is critical for ensuring proper storage and management of pharmaceuticals and vaccines, thereby enhancing healthcare delivery for federally recognized tribes. Interested vendors must submit their proposals by February 14, 2025, and can direct inquiries to Courtney Davis at courtney.davis@ihs.gov or by phone at 629-248-4259.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service’s solicitation document under the Buy Indian Act outlines the requirements for Offerors claiming to be an “Indian Economic Enterprise.” The document mandates that the Offeror self-certifies their status as an Indian Economic Enterprise at three key points during the contracting process: at the submission of an offer, at contract award, and throughout contract performance. If the Offeror ceases to meet eligibility, they must inform the Contracting Officer immediately. Additionally, successful Offerors must be registered with the System for Award Management (SAM) and risk penalties for providing false information. The document requires the Offeror to confirm their status regarding Indian ownership and includes spaces for necessary identifications such as Tribal Entity names and DUNS numbers. This requirement is vital to ensure compliance with federal guidelines aimed at enhancing economic opportunities for Indian-owned businesses within government contracting processes.
    This document outlines the provisions and clauses referenced in federal government Requests for Proposals (RFPs) and grants, specifically concerning contractor compliance with various regulations. It emphasizes that certain solicitation provisions and contract clauses are incorporated by reference, allowing contractors to reference paragraph identifiers instead of submitting full texts. Key clauses include requirements related to telecommunications equipment, offeror representations and certifications, and considerations for small disadvantaged businesses, including veterans and women-owned enterprises. The document also stresses the importance of compliance with supply chain risk assessments and outlines restrictions against contracting with entities involved in covered telecommunications services or equipment linked to national security risks. Additionally, it mandates certifications regarding foreign ownership, export violations, and ties to foreign governments. This framework is essential for maintaining transparency, regulatory compliance, and national security within federal contracting and grant processes, ensuring that all parties involved adhere to strict standards to prevent risks across government contracts. The comprehensive nature of the clauses identifies significant expectations from offerors, facilitating the government in assessing proposals effectively.
    The government file outlines a Request for Quotation (RFQ) for pharmacy equipment intended for the Monacan Health Center in Madison Heights, Virginia, as part of a 100% set-aside initiative for Indian Small Business Economic Enterprises in alignment with the Buy Indian Act. The Indian Health Service (IHS) will award a firm-fixed-price order for the provision and setup of various pharmacy equipment, including refrigerators and a narcotics safe, with price quotes required to encompass all associated costs. Vendors must respond with detailed specifications of products and comply with specific representation requirements. The selection criteria for the award will prioritize the lowest price technically acceptable quote, with a submission deadline set for February 24, 2025. Interested parties must have a Unique Entity ID and be registered in the System for Award Management. Communications and submissions must be directed to the designated contract specialist.
    This government document outlines a Request for Proposal (RFP) for the acquisition of pharmacy equipment for the Indian Health Service (IHS) at the Monacan Health Center in Madison Heights, Virginia. The RFP is a 100% set-aside for Indian Small Business Economic Enterprises and includes items such as pharmacy refrigerators, a vaccine refrigerator, a countertop vaccine freezer, an undercounter pharmacy refrigerator, and a narcotics pharmacy safe. The solicitation includes standard terms and conditions governed by the Federal Acquisition Regulation (FAR). The proposal is managed by Courtney Davis, with applications due by February 14, 2025. The document emphasizes compliance with the Defense Priorities and Allocations System (DPAS) and provides a detailed breakdown of the required equipment, quantities, and pricing structure. Submission details, including invoice submission and contact information, are presented, highlighting the importance of small business participation in federal procurement processes.
    The Indian Health Service's Mid-Atlantic Service Unit (MASU) has issued a Statement of Work (SOW) for the procurement of pharmacy equipment essential for the newly established Monacan Health Center. The purpose is to procure specific refrigeration and storage devices necessary for vaccine preservation and secure narcotics management. The equipment required includes a pharmacy refrigerator, a vaccine refrigerator, a countertop freezer, an undercounter refrigerator, and a narcotics safe, each with precise specifications and performance criteria. The contract mandates the vendor to deliver and set up all items within 90 days post-award, ensuring all goods arrive undamaged, meeting designated standards, and conducting local disposal of packaging materials after installation. Communication with the Monacan Health Center's Administrative Officer is required prior to shipment for coordination of delivery logistics. This SOW exemplifies the MASU's commitment to enhancing healthcare delivery for federally recognized tribes by ensuring they have the necessary infrastructure to support their pharmacy operations effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ScriptPro Equipment, Service, and Maintenance - Whiteriver Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the lease and maintenance of a medication dispensing system at the Whiteriver Service Unit in Arizona. The system must be compatible with existing ScriptPro equipment and is intended to enhance pharmaceutical services for approximately 17,000 tribal members, supporting various departments including outpatient and emergency pharmacies. This procurement aligns with federal objectives to improve healthcare delivery among Native American populations and includes provisions for maintenance, service, and training over a 48-month period. Interested contractors must self-certify as an Indian Economic Enterprise under the Buy Indian Act and can contact Dekovan Cook at Dekovan.Cook@ihs.gov or 602-364-5018 for further details.
    Monacan Health Center WiFi Network
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the installation of a turnkey WiFi network at the Monacan Health Center in Madison Heights, Virginia. The project aims to enhance healthcare services for newly federally recognized tribes by ensuring compliance with relevant standards, including those set by the Indian Health Service and the National Institute of Standards and Technology, to protect Personally Identifiable Information and Personal Health Information. This initiative is part of a broader commitment to improve health infrastructure while promoting Indian Economic Enterprises through an Indian Small Business Economic Enterprise (ISBEE) set-aside. Proposals are due by February 21, 2025, and interested vendors should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further details.
    Sources Sought Notice, Brand Name Hologic FLT-100 Fluent System and Service Care Service Agreement, IHS, Phoenix Indian Medical Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is issuing a Sources Sought Notice to identify potential suppliers for a Hologic FLT-100 Fluent System and a five-year SureCare Service Agreement for the Phoenix Indian Medical Center in Arizona. This procurement aims to assess market interest, particularly from Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE), in order to comply with the Buy Indian Act, which prioritizes contracts awarded to these entities. Interested parties are required to submit a Capability Statement demonstrating their qualifications and business status by February 20, 2025, and must also be registered in the System for Award Management (SAM). For further inquiries, respondents can contact Donovan Conley at Donovan.Conley@ihs.gov or Jeremy Steel at jeremy.steel@ihs.gov.
    Retail Pharmaceutical Prescription Fulfillment for Nashville Area Office Patients
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for retail pharmaceutical prescription fulfillment services for patients at the Nashville Area Office. The procurement aims to establish a firm fixed-price contract with a maximum of two vendors to provide essential medications, ensuring compliance with federal regulations and facilitating access to healthcare for American Indians and Alaska Natives. This initiative is critical for meeting the pharmaceutical needs of local healthcare services, with an emphasis on innovative service models such as home delivery and the integration of digital processes for billing and prescription handling. Interested vendors can contact Paul Carr at paul.carr@ihs.gov or 615-467-1567, or Henry Daniels at henry.daniels@ihs.gov or 615-467-1516 for further details.
    BLANKET PURCHASE AGREEMENT FOR A VARIETY OF HP TONERS AND SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to establish a Blanket Purchase Agreement for a variety of HP toners and supplies. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to support the operational needs of the Navajo Area Indian Health Service located in Shiprock, New Mexico. The goods procured under this agreement are essential for maintaining office operations and ensuring the availability of necessary supplies for healthcare services. Interested vendors must ensure compliance with the Buy Indian Act and submit the required representation form, with a contract duration of two years and an option for two additional years, allowing for a call limit of $75,000 per year. For further inquiries, vendors can contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov.
    Pharmacist Services THC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide temporary pharmacist services at the Tohatchi Health Center in Tohatchi, New Mexico. The procurement aims to secure non-personal healthcare pharmacist services, requiring contractors to employ licensed pharmacists with prior Indian Health Service experience who can fulfill responsibilities such as evaluating medication orders, filling prescriptions, and providing patient consultations while adhering to federal and state regulations. This initiative is crucial for enhancing healthcare delivery to Native American communities by ensuring access to qualified pharmacist services, with a contract duration of six months and an option for an additional six months. Interested parties can contact Melissa Lake at melissa.lake@ihs.gov or call 505-930-1975 for further details.
    Dental Equipment for IHS, Catawba Service Unit
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for the procurement of a Dental Washer-Disinfector for the Catawba Service Unit located in Rock Hill, South Carolina. The primary objective is to supply and install a new washer, ensuring the removal of the existing unit and providing necessary staff training on its operation, with completion expected within 60 days post-award. This procurement is significant as it supports the enhancement of dental services for American Indian and Alaskan Native communities, aligning with federal commitments to improve healthcare resources. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises, must submit their quotes by February 24, 2025, and can direct inquiries to Courtney Davis at courtney.davis@ihs.gov or by phone at 629-248-4259.
    Kardex VLM Preventative Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide preventative maintenance for Kardex Vertical Lift Modules located in Oklahoma City. The procurement aims to secure local support for essential health service equipment, including preventative maintenance, software support, and repairs for three Vertical Lift Module systems and one Vertical Carrousel Module, with a requirement for factory-trained technicians and adherence to security standards. Interested vendors must submit capability statements detailing their qualifications and experience, along with necessary documentation, including the Buy Indian Act representation form, by the specified deadline. For further inquiries, vendors can contact Forrest Ward at Forrest.Ward@ihs.gov or call 405-951-6047.
    Sources Sought-Annual Support Calibration Services for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for Annual Support Calibration Services for the Zuni Comprehensive Community Health Center. This procurement aims to ensure the maintenance and repair of medical, dental, and veterinary equipment, which is crucial for the effective delivery of healthcare services to the community. Interested vendors must qualify as Indian Economic Enterprises under the Buy Indian Act, ensuring that contracts are awarded to eligible Indian-owned businesses, thereby promoting economic opportunities for indigenous communities. For further inquiries, interested parties can contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.
    BUY INDIAN SET-ASIDE - IT COMPUTER BUY FOR OKLAHOMA IHS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the procurement of Dell computer equipment under a Buy Indian Set-Aside initiative for the Oklahoma City Area Indian Health Service. The procurement includes a range of items such as laptops, desktop units, monitors, and peripherals, with a total of eight line items specified in the solicitation. This initiative aims to replace outdated systems and enhance operational effectiveness in providing healthcare services to Native American populations. Interested vendors must submit written quotes by February 27, 2025, and ensure compliance with Federal Acquisition Regulation guidelines, including registration in the System for Award Management. For further inquiries, vendors can contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or by phone at 405-951-3888.