BPA for Stainless Steel Surgical Equipment Repairs
ID: 12042025BPAType: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEOK CITY AREA INDIAN HEALTH SVCOKLAHOMA CITY, OK, 73114, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The combined synopsis/solicitation 12042025BPA is a Request for Quote (RFQ) for Stainless Steel Surgical Equipment Repair Representatives. It is a 100% BUY INDIAN Set-Aside with NAICS code 811210. The period of performance is from March 1, 2026, to February 28, 2031. Vendors must be Stainless Steel Surgical Equipment Repair Representatives, pick up within 3-5 days, and provide an exact match. Quotes are due by December 18, 2025, at 10:00 AM CST, and must be submitted via email to Misti Bussell at misti.bussell@ihs.gov. Evaluation will be based on the Lowest Price Technically Acceptable, considering price, five years of past history, and SAM registration. Vendors submitting "or equal" items must provide descriptive literature. The resulting contract will be a firm fixed-price purchase order. Various FAR provisions and clauses apply, including instructions to offerors, representations and certifications, contract terms, restrictions on subcontractor sales, whistleblower protections, prohibition on ByteDance applications, policies against text messaging while driving, Buy American Act, restrictions on foreign purchases, and electronic payment. All contractors must be registered in SAM prior to award. Quotes must include vendor name, CAGE code, DUNS number, Tax ID, prompt payment terms, delivery time, GSA contract number (if applicable), quote expiration date, warranty, total price per line item, total quote price, and technical documentation.
    This Blanket Purchase Agreement (BPA) between a contractor and the Oklahoma City Area Services Units of the Indian Health Center (Pawnee, Lawton, and Clinton) outlines terms for providing surgical instruments, repairs, and maintenance services. The agreement, effective from March 1, 2026, to February 28, 2031, or until a maximum of $1,250,000.00 is reached, allows for individual purchases up to $250,000.00. Authorized contracting officers are Sean Long, Edson Yellowfish, and Shelton Bruce. Deliveries are F.O.B. destination to specific Indian Health Centers in Clinton, Lawton, and Pawnee, with 24-hour advance notice required for product quantities. Invoices must include detailed information and be submitted monthly or upon BPA expiration to the Oklahoma City Area Office Finance & Accounting Office, with copies to the relevant service unit. The agreement emphasizes that the government is obligated only for actual purchases, estimates but does not guarantee purchase volume, and does not obligate funds. All purchases are tax-exempt due to the government entity status of the U.S. Department of Health and Human Services. Inconsistencies between the BPA and contractor invoices will default to the BPA's provisions.
    The Indian Health Service (IHS) Buy Indian Act Indian Economic Enterprise Representation Form is a self-certification document required for offerors responding to solicitations, sources sought, or requests for information (RFIs) under the Buy Indian Act (25 U.S.C. 47). This form mandates that businesses confirm their status as an “Indian Economic Enterprise” (IEE) as defined by HHSAR 326.601, not only at the time of offer submission but also at contract award and throughout the entire contract performance period. Offerors must immediately notify the Contracting Officer if they no longer meet the eligibility criteria. The document also states that Contracting Officers may request additional documentation to verify eligibility, and successful offerors must be registered with the System for Award Management (SAM). The form warns against submitting false or misleading information, citing potential penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287 for false claims during contract performance. The representation section requires the offeror to explicitly state whether they meet the IEE definition, including providing the name of the 51% owner, certifying signature, print name, name of the Federally Recognized Tribal Entity, business name, and DUNS Number.
    The document is a scheduled pricing list detailing various dental and medical instruments, primarily focusing on A-dec (W&H) dental handpiece repairs and a range of surgical scissors, curettes, elevators, forceps, and other general medical tools. The dental instruments include specific models like LT Star SYNEA Slow Speed Handpieces, A-dec (W&H) Dental Handpiece Repair for WA-99LT, WA-56LT, and TA-96LW series with their respective serial numbers, and (W&H) Dental Air Motors. The medical instruments section lists a variety of scissors (general, cast/bandage, serrated, delicate), osteotomes, bone curettes, D&C curettes, elevators, rongeurs, forceps, towel clamps, skin hooks, dental instruments, needle holders, and miscellaneous quote items such as nippers (nail and tissue) and podiatry-specific items, including extensive instrument labor. This list appears to be a catalog of items and services, likely for procurement or repair services within a government healthcare context.
    This Statement of Work (SOW) outlines the requirements for instrument sharpening and repair services for the Oklahoma City Area Service Units of the Indian Health Service (IHS), specifically Pawnee, Lawton, and Clinton Indian Health Centers. The contractor will provide monthly repair, refurbishment, and assessment of surgical instruments, operating room procedural instrument trays, and case carts. Services include sharpening, adjusting, aligning, straightening, refurbishing, calibrating, cleaning, stain removal, polishing, lubricating, and parts replacement. The contractor must be mobile, providing onsite repair services with a dedicated technician and a mobile lab, and capable of a same-day turnaround for urgent instruments. A five-year Blanket Purchase Agreement (BPA) is anticipated. Special requirements include compliance with security policies, tobacco-free environment rules, and patient information confidentiality. The contractor must provide detailed documentation of repairs, costs, and instrument assessments, reporting to the Sterile Processing Service (SPS) and the Contracting Officer's Representative (COR). Employee screening for COVID-19 is also mandated.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    OPTOMETRY EQUIPMENT- CLINTON IHS
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotes for the procurement of two new Zeiss Cirrus Model 6000 OCT devices with AngioPlex software, along with annual maintenance agreements, specifically for the Clinton Service Unit in Oklahoma. This procurement aims to replace outdated equipment at the Clinton, El Reno, and Watonga Indian Health Centers, ensuring compliance with federal standards and enhancing ocular imaging and analysis capabilities. The contract includes delivery, installation, comprehensive training, and adherence to stringent security and accessibility requirements, with a performance period from January 1, 2026, to December 31, 2026, and an option for four additional years. Interested vendors must submit their quotes by December 15, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must also self-certify their status as an Indian Economic Enterprise under the Buy Indian Act.
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines that will interface with ScriptPro systems across three locations in Oklahoma: Clinton, El Reno, and Watonga. The procurement aims to enhance the efficiency of the Pharmacy Prepaid Postage Mail System by automating package tracking and reducing errors, thereby improving service delivery at the Indian Health Centers. This opportunity is a 100% Small Business Set-Aside, with a performance period of 12 months from the date of award, and quotes are due by December 11, 2025, at 12:00 PM CDT. Interested vendors must submit their proposals to Misti Bussell via email at misti.bussell@ihs.gov and ensure they are registered in the System for Award Management (SAM) prior to contract award.
    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.
    Clinical chairs - Stryker TruRize with nurse cable or equal
    Buyer not available
    The Indian Health Service (IHS) Phoenix Area Office is seeking quotes for the procurement of five Stryker TruRize clinical chairs, including nurse cables and various associated components, under a combined synopsis/solicitation (RFQ IHS1520167). This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) registered with SAM.GOV, emphasizing the importance of supporting local businesses in fulfilling healthcare equipment needs. The awarded contract will be based on the lowest-priced, technically acceptable offer, with considerations for price, technical acceptance, delivery, and past performance. Interested vendors must submit their quotes, including all items and shipping costs, by December 10, 2025, at 5:00 PM EST, and can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or 602-364-5012 for further information.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    PT PHARMACIST - CLINTON IHS
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide part-time pharmacist services for the Clinton Service Unit in Oklahoma, specifically for the Clinton, El Reno, and Watonga Indian Health Centers. The contract requires the provision of uninterrupted pharmacist services to eligible Native American patients, including processing prescriptions, patient counseling, and inventory management, with a performance period from January 1, 2026, to December 31, 2026. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, promoting economic development within Native communities. Interested vendors must submit their written quotes by December 9, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must meet specific qualifications, including a valid Oklahoma Pharmacist license and relevant experience.
    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.
    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.
    Solicitation for Firm, fixed-price, commercial item purchase order for OPTOMETRY MEDICAL EQUIPMENT for the Wagner Indian Health Service Hospital, 111 Washington Ave NW, Wagner, South Dakota 57380. BRAND NAME ONLY: CARL ZEISS MEDITEC USA, INC. HFA3 MODEL 86
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for a firm-fixed-price commercial item purchase order for optometry medical equipment, specifically the CARL ZEISS MEDITEC USA, INC. HFA3 MODEL 860, for the Wagner Indian Health Service Hospital in South Dakota. This procurement is a 100% Small Business Set-Aside, requiring new equipment and parts, and explicitly prohibiting used or counterfeit items. The selected contractor will be responsible for delivering the equipment within 90 days of award, with quotes due by December 15, 2025, and questions accepted until December 5, 2025. Interested vendors must be registered with SAM.gov and utilize the Invoice Processing Platform for payments, with the award based on the lowest price that meets technical acceptability criteria. For further inquiries, contact William Kohl at william.kohl@ihs.gov or call 605-742-3686.
    Blanket Purchase Agreement (BPA) - Miscellaneous D-dimer test kits
    Buyer not available
    The Indian Health Service (IHS) is seeking sources for a Blanket Purchase Agreement (BPA) for miscellaneous D-dimer test kits, aimed at fulfilling a government requirement within the Navajo Area Indian Health Service. This procurement is part of a market research initiative to identify potential suppliers capable of providing these in-vitro diagnostic substances, which are crucial for medical testing and patient care. Interested vendors must submit their qualifications, including company profiles and capability statements, by December 8, 2025, to William Lee at William.Lee@ihs.gov, with the subject line “SS-SRSU-26-0005.” Participation in this sources sought notice is voluntary, and the government will not assume any financial responsibility for costs incurred in response to this request.