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.