Seeking Small Business Set-Aside Contractors -Purchase Brand Name Only Topcon Ophthalmic Exam Chairs equipment, accessories & supplies for the IHS Quentin N. Burdick Memorial Healthcare
ID: 75H70625Q00139Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Ophthalmic Goods Merchant Wholesalers (423460)

PSC

OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6540)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Indian Health Service (IHS) is seeking qualified small business contractors to provide Brand Name Only Topcon ophthalmic exam chairs and associated equipment for the Quentin N. Burdick Memorial Healthcare facility in Belcourt, North Dakota. The procurement specifically requires the Topcon OC-2300 Chairs with footswitches and Topcon IS-5500 Instrument Stands with LED lamps, emphasizing that only new equipment with Original Equipment Manufacturer (OEM) warranties will be accepted. This opportunity is a 100% Small Business Set-Aside under NAICS code 423460, with quotes due by September 7, 2025, at 9:00 AM CST, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors must submit their proposals electronically to Ursula Maslonka at ursula.maslonka@ihs.gov, ensuring compliance with all outlined requirements and deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) is seeking Brand Name Only: Topcon OC-2300 Chairs with footswitches and Topcon IS-5500 Instrument Stands with LED lamps for the IHS Belcourt (QNBMHCF) Hospital in Belcourt, ND, under Request for Quotation (RFQ) 75H70625Q00139. This is a 100% Small Business Set-Aside, with quotes due by September 7, 2025, at 9:00 AM CST. The award basis is Lowest Price Technically Acceptable (LPTA), requiring complete SF18 forms, brand name items, competitive pricing, adherence to a 45-day delivery schedule post-award, and valid SAM UEI and Federal Tax ID. The contract is firm-fixed price, all-inclusive of associated costs, and mandates new equipment with OEM warranties. The NAICS code is 423460, Ophthalmic Goods Merchant Wholesalers, with a small business size standard of fewer than 175 employees. All invoices must be submitted through the Invoice Processing Platform (IPP). Questions are due by September 3, 2025, 9:00 AM CST, to Ursula Maslonka.
    Similar Opportunities
    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.
    75H70626Q000010-100% set-side, IEE Firm Fixed Price, Non-Personal Temporary Optometrist services for the QNBMHF in Belcourt ND.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide non-personal temporary optometrist services for the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. This procurement is a Firm Fixed-Price contract, set aside 100% for Indian Economic Enterprises (IEE), with a focus on delivering comprehensive optometry services while adhering to strict quality control and health regulations. The contract period spans one year, from January 1, 2026, to December 31, 2026, with proposals evaluated based on the Lowest Price Technically Acceptable (LPTA) method. Interested parties must submit their quotes by December 8, 2025, and direct any inquiries to Jody Keplin at jody.keplin@ihs.gov.
    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.
    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.
    All in one visual acuity system
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified vendors to provide a Smart System Standard all-in-one visual acuity system for the Crownpoint Healthcare Facility in Crownpoint, New Mexico. This procurement falls under the NAICS code 339115 for Ophthalmic Goods Manufacturing and is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian-owned businesses. The Request for Quotations (RFQ) is expected to be issued by April 21, 2025, with quotes due by April 28, 2025. Interested parties must maintain an active profile in the System for Award Management (SAM) and can contact Arlynda Largo at Arlynda.largo@ihs.gov or 505-786-2530 for further information.
    Two (2) Prescription & Document Scanners for Quentin N Burdick Memorial Health Care Facility in Belcourt, ND
    Buyer not available
    The Indian Health Service, part of the Department of Health and Human Services, is seeking qualified vendors to provide two prescription and document scanners for the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota. The procurement aims to acquire clinical capture devices that meet specific technical specifications, including a minimum resolution of 300 DPI and a performance rate of 25 pages per minute for black-and-white documents, to enhance the facility's health service delivery to approximately 14,550 tribal members. Interested parties are encouraged to submit their capability statements by December 12, 2025, to Farrah Azure at Farrah.Azure@ihs.gov, with the subject line including the Sources Sought Number IHS-SS-26-1518989. This opportunity is part of a market research effort and does not constitute a solicitation or obligation on the part of the Indian Health Service.
    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.
    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.
    75H70626Q00009-Total Small Business Set-Aside, Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) Services for the Quentin N. Burdick Memorial HealthCare Facility in Belcourt North Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm-Fixed Price contract for Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) services at the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. The procurement is a Total Small Business Set-Aside under NAICS Code 561320, requiring all-inclusive pricing that covers travel, lodging, per diem, and taxes, with a contract term consisting of a Base Period and four Option Years. This service is critical for providing essential diagnostic imaging support to the healthcare facility, ensuring compliance with security clearances, including FBI background checks and screenings against the OIG Exclusion List. Interested vendors must submit their quotes by December 16, 2025, at 12:00 pm CST, with quotes remaining valid until March 31, 2026. For further inquiries, contact Jody Keplin at jody.keplin@ihs.gov or by phone at 701-477-8416.
    Belcourt RTU & Cabinet Replacement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project entails replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new Rooftop Unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a performance period of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, at 2:00 PM PST, and should direct any inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.