Solicitation 75H70725Q00084-Physics Testing of Medical Imaging Equipment Service Agreement for Zuni Comprehensive Community Health Center
ID: Solicitation_75H70725Q00084Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

INSPECTION- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (H365)

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 soliciting proposals for a Physics Testing Service Agreement for medical imaging equipment at the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to ensure compliance with federal, state, and tribal regulations while supporting Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act. The selected contractor will be responsible for conducting annual physics testing on various imaging devices, which is crucial for maintaining quality health services. Interested parties must submit their proposals, including technical qualifications and past performance documentation, by April 14, 2025, to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) document outlines the requirements under the Buy Indian Act for entities seeking federal contracts classified as “Indian Economic Enterprises.” It mandates that Offerors self-certify their eligibility as such at three key stages: at the point of offer submission, at contract award, and throughout contract execution. Should any changes in eligibility occur during these periods, the Offeror must promptly notify the Contracting Officer. Additionally, successful Offerors must be registered with the System of Award Management (SAM). The document emphasizes the importance of accurate representation, stressing that any false information submitted is a violation of federal laws and may lead to severe penalties. The Offeror must indicate whether they meet the definition of an Indian Economic Enterprise, confirming ownership and affiliation with a federally recognized tribe. The structured representation includes spaces for certification, business identification, and key personal details of the 51% owner. This initiative aims to enhance economic opportunities for Indian-owned businesses within the federal contracting environment.
    The Department of Health and Human Services' Indian Health Service has issued a Past Performance Survey related to Solicitation No. 75H70725Q00084 for Annual Physicists Testing. This document gathers information to evaluate contractors' past performance on health-related contracts, focusing on key areas such as quality of service, cost control, timeliness, business relations, and customer satisfaction. The survey requires contractors to provide detailed insights into their project management, staffing, contract goals, and patient demographics. Performance ratings are categorized from "Excellent" to "Unacceptable," determined by objective indicators. The survey seeks comprehensive feedback enabling the government to assess bidder qualifications accurately. Key elements include compliance with contract terms, accuracy in reporting, cost forecasts, and timely completion of tasks. This framework aims to ensure contractors meet federal standards while fostering accountability and quality in healthcare services.
    The document outlines a solicitation for government proposals, including an inquiry section with corresponding answers. It serves as a guide for potential respondents to understand the requirements, objectives, and expectations of the request. The focus is on transparency and clarification, enabling applicants to meet the criteria effectively. The structured layout includes specifications regarding the project scope, eligibility, evaluation criteria, and submission guidelines. Key ideas involve providing assistance to applicants through Q&A segments to ensure clarity in the proposal process. This document is part of the government’s effort to foster competitive bidding and enhance public service delivery while maintaining compliance with federal and state regulations. Overall, it emphasizes the importance of accurate submissions in fulfilling governmental objectives and achieving desired outcomes.
    The document outlines the Request for Quotation (RFQ) for the Annual Physics Testing Service Agreement at the Zuni Comprehensive Community Health Center in Zuni, New Mexico, by the Albuquerque Area Indian Health Service. It seeks quotations for medical imaging equipment testing, highlighting the need for compliance with federal, state, and tribal regulations. The solicitation encourages participation from Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act and outlines submission requirements, including technical qualifications and past performance. Details include specifications for physics testing on various imaging devices and the necessary credentials for involved physicists. The RFQ describes the evaluation process, emphasizing the importance of detailed proposals and adherence to deadlines. Key contract elements include delivery conditions, payment terms, and compliance with federal acquisition regulations. This procurement process underscores the government's commitment to ensuring quality health services through rigorous equipment testing while supporting small and indigenous businesses.
    Similar Opportunities
    Ultrasound system
    Health And Human Services, Department Of
    The Indian Health Service (IHS), specifically the Phoenix Area Indian Health Service, is seeking quotations for the procurement of a Sonosite ST Ultrasound System, along with a small basket and an L19-5 transducer. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 339112 and PSC code 6515, emphasizing the importance of supporting Native American small businesses in the healthcare sector. The successful vendor must be an authorized OEM dealer, and all items must be new, with shipping costs included to the Supai Clinic in Parker, Arizona. Quotes are due by December 22, 2025, at 5:00 PM Eastern, and interested parties should contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or by phone at 602-364-5012 for further details.
    AMENDMENT NUMBER TWO (2). Firm fixed price, non-personal, commercial medical service purchase order for Radiology Interpretive Services for the Fort Thompson Health Care Center-Indian Health Service, Fort Thompson, South Dakota.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm-fixed-price, non-personal commercial medical service purchase order for Radiology Interpretive Services at the Fort Thompson Health Care Center in South Dakota. The contract will cover a base year plus four option years, requiring all-inclusive pricing for an estimated average of 300 X-ray and 30 Ultrasound interpretive readings per month. This procurement is critical for providing essential radiological services to the community, ensuring timely and accurate medical assessments. Interested vendors must submit their proposals by December 19, 2025, at 12 PM CT, and can direct inquiries to William Kohl at william.kohl@ihs.gov or by phone at 605-742-3686.
    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.
    Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide non-personal healthcare services, including physician and other professional ambulatory services, for the Purchased/Referred Care (PRC) program in New Mexico. The objective is to procure medically necessary outpatient and inpatient services for eligible American Indian and Alaskan Native patients, which will be delivered at the contractor's facilities rather than IHS clinics or hospitals. This initiative is crucial for ensuring access to specialty healthcare services that are not available through IHS, thereby enhancing healthcare delivery to underserved populations. Interested parties should contact Eric Wright at eric.wright@ihs.gov or Patricia Trujillo at patricia.trujillo@ihs.gov for further details, with proposals due by January 1, 2025.
    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.
    Notice of Intent to Award - STAT and non-STAT Laboratory Testing Services
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with San Juan Regional Medical Center for STAT and non-STAT laboratory testing services in Shiprock, New Mexico. This procurement aims to ensure reliable laboratory testing capabilities, particularly in the event of a catastrophic incident that could disrupt services at the Northern Navajo Medical Center. The contract is anticipated to span a base period of one year, with four additional 12-month options, totaling up to five years of service. Interested vendors may submit capability statements by 10:00 AM (MST) on December 19, 2025, via email to Dallas Begay at dallas.begay@ihs.gov, as this notice does not constitute a request for quotations and competition is restricted to the selected provider.
    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.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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).
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.