Open Market Solicitation: Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to Provide Service & Maintenance Agreements for the GE Anesthesia Systems at GPA/IHS Service Units at Pine Ridge, Rosebud, and Belcourt. Base + Four (4) OY.
ID: 75H70625Q00049Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEGREAT PLAINS AREA INDIAN HEALTH SVCABERDEEN, SD, 57401, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Great Plains Area Indian Health Service (IHS) is issuing a Request for Quotation (RFQ) 75H70625Q00049 for comprehensive service and maintenance agreements for GE Anesthesia Systems at the Pine Ridge, Rosebud, and Turtle Mountain Service Units. The procurement aims to secure firm-fixed price, non-personal service type contracts that include calibration, preventive maintenance, and mechanical/electrical safety testing, utilizing only new or OEM-certified replacement parts. This contract is critical for ensuring the operational readiness and safety of anesthesia equipment used in surgical departments, with a performance period starting October 1, 2025, and extending through four optional one-year periods. Interested vendors must submit their quotes electronically by August 27, 2025, at 4:30 PM CT, to David Jones at david.jones@ihs.gov, and must be registered with SAM and utilize the Invoice Processing Platform (IPP) for payment processing.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment number one (1) to RFQ 75H70625Q00049 by the Aberdeen Area Indian Health Service modifies the solicitation to address vendor questions and clarify details regarding the provision of comprehensive service and maintenance for GE Anesthesia and Gas Module equipment. The solicitation's due date remains August 19, 2025, at 12:00 PM CDT, with a previous inadvertent change on SAM.gov being retracted to revert to the original date. The services are for Surgical/OR Departments in Pine Ridge, Rosebud, and Belcourt Service Units, covering existing equipment with potential for replacement with newer platforms. This is an immediate need for scheduled preventative maintenance and corrective maintenance. The period of performance for all items is from October 1, 2025, to September 30, 2026, with options for four additional 12-month periods (OY 1-4).
    The Great Plains Area Indian Health Service (IHS) is issuing Request for Quotation (RFQ) 75H70625Q00049 for firm-fixed price, non-personal service type, commercial item purchase orders. The primary purpose is to secure comprehensive service and maintenance agreements for GE Anesthesia Systems and associated devices at Pine Ridge Service Unit (SD), Rosebud Service Unit (SD), and Turtle Mountain Service Unit (ND). The contract will have a one-year base period and four one-year option periods. Quotes are due by August 27, 2025, at 4:30 PM CT, and must be submitted electronically to david.jones@ihs.gov. The award basis is Lowest Price Technically Acceptable (LPTA), with an emphasis on new equipment and OEM-certified parts. Contractors must be registered with SAM and utilize the Invoice Processing Platform (IPP) for payments.
    The Indian Health Service (IHS) has issued Request for Quotation (RFQ) 75H70625Q00049, a combined synopsis/solicitation for comprehensive service and maintenance agreements for GE Anesthesia Systems. This 100% Small Business set-aside, under NAICS code 339113, seeks a Firm-Fixed Price, Non-Personal Service Type contract for a one-year base period with four one-year options. Services include calibration, preventive maintenance, and unscheduled repairs for units at Pine Ridge, Rosebud, and Turtle Mountain Service Units. Quotes, due August 29, 2025, must be all-inclusive, submitted on company letterhead, and detail technical compliance, warranty terms, and pricing. The award will be based on the Lowest Price Technically Acceptable (LPTA) factors, with a single contractor selected. Offerors must be registered in SAM and utilize the Invoice Processing Platform (IPP). All equipment and parts must be new and OEM-warranted, adhering to IPv6 standards and safeguarding requirements for covered contractor information systems.
    The Request for Quotation (RFQ) 75H70625Q00049, issued by the Great Plains Area Indian Health Service, seeks proposals for comprehensive service and maintenance agreements for GE Anesthesia Systems. This 100% Small Business Set-Aside (NAICS 339113, 800-employee standard) covers equipment at Pine Ridge, Rosebud, and Turtle Mountain Service Units for a one-year base period with four one-year options. Bidders must provide all-inclusive pricing, new equipment/parts, and comply with various FAR and HHSAR clauses, including those related to information systems safeguarding, telecommunications equipment, and supply chain security. Quotes are due by August 19, 2025, 12:00 pm CT, and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) factors. Questions must be submitted by August 11, 2025. Contractors need a UEI number, TIN, and SAM registration, and will utilize the Invoice Processing Platform (IPP) for payments.
    This document outlines a Request for Quotation (RFQ) from the Great Plains Area Indian Health Service (IHS) for service and maintenance agreements related to GE anesthesia systems located at facilities in South Dakota and North Dakota. The RFQ specifies that it seeks firm-fixed price proposals, including a one-year initial period with four additional one-year options for renewal. Contractors must ensure compliance with various federal regulations and submit complete technical proposals, including detailed descriptions and pricing. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, emphasizing technical compliance along with competitive pricing. The contractor is required to offer all-inclusive pricing for services, adhering to prescribed maintenance schedules and using only new or original equipment manufacturer (OEM) certified parts. Additionally, the proposal submission and evaluation process is defined, along with requirements for electronic invoicing via the U.S. Treasury's Invoice Processing Platform. Overall, this RFQ illustrates the government's systematic approach to securing necessary medical equipment maintenance for efficient healthcare delivery in the region.
    This contract aims to secure comprehensive service, maintenance, and support for GE anesthesia delivery units and associated devices across multiple facilities within the Great Plains Area Indian Health Service (SD, ND, IA, NE). The scope of work includes firm-fixed price calibration, preventive maintenance, and mechanical/electrical safety testing, utilizing only new or OEM-certified replacement parts. The contractor must provide a service schedule adhering to OEM and statutory intervals, complying with TJC Environment of Care accreditation standards. Unscheduled maintenance, repairs, and emergency callbacks are covered, excluding damage from misuse, neglect, or natural disasters. The contract outlines specific equipment, exclusions for certain supplies and modified equipment, and strict documentation requirements for services performed. The Government reserves the right to verify work and requires qualified, OEM-trained personnel. Payments are made monthly via the U.S. Treasury’s IPP system upon receipt of complete invoices. The contractor is liable for negligence and improper repair, with labor warranted for one year and parts for two years. Federal Acquisition Regulations take precedence in case of conflict with the contractor's terms and conditions, and only the Contracting Officer has the authority to bind or modify the contract.
    The Great Plains Area Indian Health Service is seeking a contractor to provide comprehensive service, maintenance, and support for GE anesthesia delivery units and related devices across multiple facilities in South Dakota, North Dakota, Iowa, and Nebraska. The contract will be a firm-fixed price covering calibration, preventive maintenance, and unscheduled repairs, using only OEM-certified parts. Scheduled maintenance will adhere to intervals prescribed by regulatory bodies, while unscheduled maintenance and telephone support will be available 24/7. Documentation requirements include service tickets and PM checklists for accurate invoicing. The contractor must demonstrate a successful history in similar services and ensure staff qualifications through appropriate training. Additionally, exclusions from the contract cover damages from misuse and responsibilities for certain expendable supplies. The contractor's liability for mishandling and assurance of two-year warranties for parts and one-year for labor are also outlined. All actions affecting the contract must only be authorized by the Contracting Officer. This RFP reflects the government's commitment to ensuring patient and staff safety while maintaining compliance with healthcare regulations.
    Similar Opportunities
    Great Plains Area Multiple Vendor Cost Per Reportable Result (CPRR) IDIQ contract for Automated Chemistry and Immunochemistry Instrumentation at five (5) IHS Hospitals and seven (7) IHS clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Automated Chemistry and Immunochemistry Instrumentation at various IHS facilities in North and South Dakota. This procurement aims to provide laboratory analyzers and comprehensive maintenance services, with a focus on Cost Per Reportable Result (CPRR) for automated chemistry and immunochemistry, ensuring that all equipment and parts supplied are new and compliant with federal regulations. Proposals are due by December 2, 2025, at 12:00 pm CT, and will be evaluated based on the Lowest Price Technically Acceptable criteria. Interested contractors should direct inquiries to Mona Weinman at mone.weinman@ihs.gov and ensure they are registered with SAM.gov and familiar with the Invoice Processing Platform (IPP) for payment processing.
    Notice of Intent to Award
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
    BPA for Stainless Steel Surgical Equipment Repairs
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide stainless steel surgical equipment repair services through a Blanket Purchase Agreement (BPA) for the Oklahoma City Area Indian Health Service. The procurement aims to ensure the timely repair and maintenance of surgical instruments used at the Pawnee, Lawton, and Clinton Indian Health Centers, with services including sharpening, refurbishing, and onsite repairs. This opportunity is particularly significant as it supports the healthcare needs of Native American communities, emphasizing compliance with the Buy Indian Act. Interested vendors must submit their quotes by December 18, 2025, at 10:00 AM CST, to Misti Bussell via email at misti.bussell@ihs.gov, with the contract period running from March 1, 2026, to February 28, 2031, and a maximum funding limit of $1,250,000.
    Toner Cartridges
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide various toner cartridges for the Rosebud IHS Hospital located in Rosebud, South Dakota. This procurement is part of a Sources Sought Notice (IHS-SS-26-1521396) aimed at gathering information to identify Indian Small Businesses Economic Enterprises (ISBEE), Indian Economic Enterprises (IEE), or other small businesses that can fulfill this requirement, with the potential for a set-aside acquisition. The anticipated NAICS code for this procurement is 325992, and the contract will be a firm fixed-price purchase order, requiring delivery within 60 days from the award date. Interested parties must submit their capability statements via email to Jarrod Cole at jarrod.cole@ihs.gov by December 09, 2025, at 11:00 a.m. Central Time, ensuring the Sources Sought Number is included in the subject line.
    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.
    Buyer not available
    The Department of Health and Human Services, through 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, which is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside, includes a base year plus four option years, requiring all-inclusive unit pricing for approximately 300 X-ray and 30 Ultrasound interpretive readings per month. This procurement is vital for ensuring quality radiological services within the healthcare center, and proposals are due by December 15, 2025, at 5:00 PM CST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) methodology. Interested contractors should direct inquiries to William Kohl at william.kohl@ihs.gov or call 605-742-3686, and must submit questions by December 1, 2025.
    PM Service Agreement for GE AMX 240 Mobile X-Ray System & GE FlashPad HD Detector-SS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide service and maintenance for the GE AMX 240 Mobile X-Ray System and GE FlashPad HD Detector at the Zuni Comprehensive Community Health Center in New Mexico. The procurement aims to establish a service agreement that includes preventative maintenance, unscheduled repairs, software updates, and compliance with industry standards, ensuring the equipment operates effectively and safely. This opportunity is particularly significant as it supports healthcare delivery in Indian communities, emphasizing the importance of reliable medical equipment. Interested parties must submit their responses, including a capability statement and the Indian Small Business Economic Enterprise (ISBEE) representation form, to Shannon Eldridge-Shorty by December 15, 2025, at 03:00 PM (MT).
    Great Plains Area Wide - Optical Fabrication Services - Indian Health Service
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors to provide optical fabrication services, including prescription eyeglasses, frames, and lenses, for American Indian and Alaska Native patients across its federal service units in the Great Plains Area. The procurement aims to establish a Blanket Purchase Agreement (BPA) on a firm fixed unit price basis, with the contractor responsible for delivering high-quality optical products and services within a specified timeframe of 7-10 working days. This initiative is crucial for enhancing healthcare access and quality for the communities served, ensuring compliance with federal regulations and standards. Interested parties must submit their capability statements by December 19, 2025, to Ashleigh Yazzie at ashleigh.yazzie@ihs.gov, referencing Sources Sought Number IHS1520824.
    RBH MSystem
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, has awarded a contract for the RBH MSystem, which involves licensing fees for software related to the Property & Supply Departments Inventory system at the Rosebud Indian Health Service in South Dakota. This procurement aims to enhance inventory management capabilities, ensuring efficient tracking and management of supplies critical to healthcare delivery in the region. The software is essential for maintaining operational efficiency within the health service, directly impacting the quality of care provided to the community. For further inquiries, interested parties can contact Andrea Whipple at andrea.whipple@ihs.gov or by phone at 605-747-0402.
    Emergency Department Medical Equipment and Supplies
    Buyer not available
    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.
    M System
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, is seeking a firm to provide inventory tracking services for the Property and Supply Department at the Quentin N Burdick Memorial Healthcare Facility in Belcourt, North Dakota. This procurement involves a Firm Fixed Price Purchase Order and is justified for other than full and open competition, indicating a sole source requirement for software services. The selected contractor will play a crucial role in enhancing inventory management, which is vital for the efficient operation of healthcare services in the region. Interested parties can contact Phyllis Gourneau at Phyllis.gourneau@ihs.gov or by phone at 701-477-8434 for further details regarding this opportunity.