Dental Equipment for IHS, Catawba Service Unit
ID: 75H71525Q00014Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Dental Equipment and Supplies Manufacturing (339114)

PSC

DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6520)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service's representation form outlines the requirements for Offerors under the Buy Indian Act, ensuring that they are recognized as "Indian Economic Enterprises." Offerors must self-certify that they meet this definition at three key stages: at the time of the offer, at contract award, and throughout the contract's duration. If an enterprise no longer qualifies at any point, they must notify the Contracting Officer immediately. The form emphasizes the need for eligibility documentation, particularly for contracts that are set aside or awarded solely under the Buy Indian Act. It also warns that submitting false information can lead to legal penalties. Offerors are required to declare their status as an "Indian Economic Enterprise" and provide necessary details about ownership and relevant certifications. The document serves to ensure compliance and integrity within federal contracting processes involving Indian-owned businesses.
    The document outlines the provisions and clauses related to federal solicitations and contracts, emphasizing the incorporation of various regulations and requirements. Key components include the representations and certifications needed from offerors, particularly regarding telecommunications equipment and services and compliance with federal legislation, such as the McCain National Defense Authorization Act. Critical topics include supply chain risk management, disclosures about telecommunications equipment, and documents required for corporate responsibility, such as tax liabilities and child labor practices. The provisions emphasize the importance of ethical business operations, compliance with federal laws, and maintaining transparency in relationships with governmental agencies. The document serves as a guideline for contractors applying for government contracts, ensuring they meet necessary requirements and articulate any affiliations or issues that could affect eligibility. Its structured approach ensures accountability, clarity in demands, and adherence to national security protocols in contracting processes.
    The solicitation numbered 75H71525Q00014 involves the procurement of a Dental Washer-Disinfector for the Indian Health Service's Catawba Service Unit in Rock Hill, South Carolina. This request is specifically reserved for Indian Small Business Economic Enterprises in accordance with the Buy Indian Act. The intent is to award a firm-fixed price purchase order, emphasizing a simplified acquisition process. Vendors are required to provide inclusive pricing covering all costs associated with the product and its delivery. Proposals must include detailed specifications, pricing schedules, and compliance with specific federal clauses concerning telecommunications and economic representation. The award will be based on the lowest price that meets technical acceptability standards, with quotes due by February 24, 2025. All communications and submissions are directed to Courtney Davis, Contract Specialist.
    This document outlines a Request for Proposal (RFP) for the procurement of dental equipment intended for the Indian Health Service (IHS), specifically for the Catawba Service Unit in Rock Hill, SC. The RFP is a 100% set-aside for Indian Small Business Economic Enterprises, indicating a clear intent to prioritize these businesses in the bidding process. The main item requested is a Dental Washer-Disinfector, with additional specifications provided in an attached Statement of Work (SOW). The solicitation is administered by the Nashville Area Office, with a due date for offers set for February 14, 2025. It includes essential details such as contact information for inquiries, instructions for submitting invoices, and specific requirements regarding payment and contract terms, particularly referencing compliance with the Defense Priorities and Allocations System (DPAS). The overall structure includes multiple blocks for accurate offeror responses, affirming the need for complete documentation from bidders. Through this RFP, the government aims to enhance dental services while empowering small businesses within Indian economic enterprises.
    The Catawba Service Unit is seeking a vendor to supply a new Miele washer or equivalent to support dental equipment needs after the current unit broke. The primary objective is to procure and install the washer, ensuring the removal of the old unit and providing staff training on operation. The vendor must deliver all necessary labor, materials, and equipment, completing installation within 60 days post-award. Specifications include requirements for electrical connections, machine dimensions, and operational features such as EcoDry and wash pressure monitoring. Additionally, the contractor is responsible for their travel to the facility located in Rock Hill, SC, without involving government-furnished equipment. The proposal emphasizes a streamlined process with no required meetings, and all data collected during the project is considered government property, requiring secured handling. This request for proposal (RFP) aligns with the federal government's commitment to enhancing healthcare services for American Indian and Alaskan Native communities through effective resource utilization.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Dental Compressors and Vacuums
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for the procurement of dental compressors and vacuums under a Buy Indian set-aside initiative. The requirement includes two dental compressors and two dental vacuums, with a delivery timeline of 15 days following the receipt of the order, to support the Claremore Indian Hospital's urgent need for equipment replacement due to failing existing units. This procurement is critical for maintaining essential dental healthcare services, ensuring that the facility can continue to provide quality care to the community. Interested vendors must submit their quotes by February 24, 2025, to Contract Specialist Misti Bussell at misti.bussell@ihs.gov, and comply with all federal procurement guidelines, including registration with the System for Award Management.
    CRSU Dental Laundry Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for dental laundry services for the Colorado River Service Unit located in Parker, Arizona. The contract requires the selected contractor to provide weekly scrubbing and laundry services, including the collection, washing, drying, finishing, inspecting, and potential repairs of garments, with a contract duration of one base year and four optional renewal years. This procurement is crucial for maintaining operational efficiency and hygiene standards within healthcare settings, ensuring that staff have access to clean and properly maintained garments. Interested small businesses must submit their proposals by March 7, 2025, at 1:00 p.m. MST, and all inquiries should be directed to Kerri Gilmore at Kerri.Gilmore@ihs.gov.
    MOD #001 - One (1) Dental Provider - Santa Fe Indian Health Center - Outlying Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a qualified dental provider for the Santa Fe Indian Health Center and its outlying clinics. The procurement involves a firm-fixed-price contract for one dental provider, covering a base year with four optional renewal years, aimed at delivering comprehensive dental services including examinations and restorative procedures. This opportunity is critical for ensuring quality healthcare services to Indian populations, aligning with the IHS's mission to enhance health outcomes in tribal communities. Interested contractors must comply with the Buy Indian Act, self-certify their status as an Indian Economic Enterprise, and adhere to stringent background check requirements. For further details, potential bidders can contact Patricia P Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    FBSU Certified Dental Assistant Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Certified Dental Assistant Services for the Fort Belknap Service Unit Dental Department in Harlem, Montana. This procurement aims to identify Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs) that can fulfill the requirements under the Buy Indian Act, emphasizing the importance of promoting economic development within Indian communities. Interested vendors must submit a capability statement demonstrating their qualifications, including experience and compliance with IEE definitions, within 15 days of the notice. For further inquiries, vendors can contact Vincent Hansen at Vincent.Hansen@ihs.gov.
    Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide Areawide Service, Support, and Maintenance Agreement for Shimadzu Imaging Equipment for IHS Health Care Facilities throughout the Great Plains Area.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking sources for a firm fixed-price contract to provide a comprehensive service, support, and maintenance agreement for Shimadzu imaging equipment across healthcare facilities in the Great Plains Area, including South Dakota, North Dakota, Iowa, and Nebraska. The procurement aims to ensure both scheduled preventive maintenance and unscheduled repairs, adhering to standards set by the original equipment manufacturer and regulatory bodies, thereby maintaining the quality and safety of essential imaging equipment used in healthcare delivery. Interested parties must comply with the Buy Indian Act, affirming their status as an "Indian Economic Enterprise," and are required to be registered with the System of Award Management (SAM). For further inquiries, potential offerors can contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov.
    Name Brand/Equal to Trophon 2 High Level Disinfection Device - Santa Fe Indian Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide a Nanosonics Trophon 2 High-Level Disinfection Device for the Santa Fe Indian Health Center. This procurement aims to replace the current inoperable device, enhancing the efficiency of disinfection for ultrasonic probes and thereby increasing patient interaction capabilities. The acquisition includes the device, a wheeled cart, a printer, a cart mount, and a comprehensive six-year service package, with a focus on engaging qualified Small Business Indian Firms under the Buy Indian Act. Interested vendors should contact Patricia P Trujillo at patricia.trujillo@ihs.gov or call 505-256-6754 for further details, and must ensure compliance with registration requirements in the System of Award Management (SAM).
    BreathID Smart & IDKit Hp Two - Albuquerque Indian Health Center (AIHC)
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotations for the procurement of one BreathID Smart device and 50 IDKit Hp Two test kits for the Albuquerque Indian Health Center. This procurement aims to enhance diagnostic capabilities, providing high sensitivity and specificity for both adult and pediatric populations, thereby improving healthcare services for the local community. The contract will span one base year with four option years, adhering to Federal Acquisition Regulation guidelines and encouraging small business participation. Interested contractors must submit their quotations by February 21, 2025, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or by phone at 505-256-6755.
    Cheyenne River CT Renovation
    Buyer not available
    The Indian Health Service, under the Department of Health and Human Services, is soliciting proposals for the renovation of the Cheyenne River Health Center located in Eagle Butte, South Dakota. This project, designated under Solicitation Number 75H70125Q00006, is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to renovate the radiology department to accommodate new CT equipment, with an estimated construction cost between $25,000 and $100,000 and a performance duration of 120 days post-notice to proceed. The renovation includes demolition, installation of new medical equipment, and compliance with health and safety regulations, including the Davis-Bacon wage determinations. Interested contractors should contact Thupten Tsering at Thupten.Tsering@ihs.gov or 206-615-2452 for further details.
    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.
    Furnish and install a septic tank and lagoon Mayette, KS
    Buyer not available
    The Indian Health Service (IHS) under the Department of Health and Human Services is soliciting quotes for the furnishing and installation of a septic tank and lagoon system in Mayetta, Kansas. The project requires the contractor to construct a wastewater lagoon and install a 1,000-gallon septic tank, adhering to specific materials and installation guidelines as outlined in the Statement of Work and accompanying drawings. This procurement is significant for enhancing local health infrastructure, particularly for Indian populations, and is set aside exclusively for Indian-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) program. Interested contractors must submit their quotes by February 28, 2025, with an estimated award amount between $25,000 and $100,000. For further inquiries, potential bidders can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.