CT Scanner PM
ID: IHS1516020Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

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

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a qualified vendor to provide a five-year maintenance service plan for FUJI CT Scanner equipment at the Hopi Health Care Center's Radiology department. The contract aims to ensure minimal equipment downtime, which is critical for patient care in remote health care facilities, and requires the vendor to offer coverage Monday through Friday, respond to service calls within one hour, and be on-site within 24 hours if remote troubleshooting fails. Interested small businesses must submit written quotes by September 19, 2025, at 1:00 p.m. PST, to Dale C. Clark at dale.clark@ihs.gov, and must comply with various federal regulations, including mandatory registration in SAM for eligibility.

    Point(s) of Contact
    Dale C Clark
    dale.clark@ihs.gov
    Files
    Title
    Posted
    This Request for Quotation (RFP) (IHS1516020) is a combined synopsis/solicitation for commercial items, specifically for Scanner Preventative Maintenance. It is open exclusively to small businesses and requires written quotes submitted by September 19, 2025, at 1:00 p.m. PST, via email to dale.clark@ihs.gov. The solicitation mandates adherence to FAR Subpart 12.6, Federal Acquisition Circular 05-77, and HHSAR. Offerors must quote on an all-or-none basis and provide company information including UEI, CAGE Code, DUNS, Tax ID, FOB Point, discount terms, delivery date, and a 90-day acceptance period. Mandatory SAM registration is required for eligibility. The NAICS Code is 811210 Medical Equipment Repair. The pricing schedule covers a base year and four option years (OY1-OY4).
    This government file, Attachment 1 IHS1516020, outlines the clauses and additional instructions for the HHCC CT Scanner PM contract. It details electronic invoicing procedures via www.ipp.gov, specifying the HHSAR Clause 352.232-71 on Electronic Submission of Invoice Payment Requests. The period of performance includes a base year and four option years, spanning from October 2025 to October 2030. The document incorporates numerous Department of Health and Human Services Acquisition Regulation (HHSAR) and Federal Acquisition Regulation (FAR) clauses by reference and in full text, covering areas such as anti-lobbying, safety and health, equal employment opportunity, privacy, confidentiality, and various socio-economic programs. Key FAR clauses include those on commercial products and services, prohibition on certain internal confidentiality agreements, restrictions on hardware/software from specific entities (e.g., Kaspersky Lab), and telecommunications/video surveillance equipment. Evaluation criteria for award will be
    The Hopi Health Care Center's Radiology department requires a five-year maintenance service plan for its FUGI CT equipment, including necessary upgrades. This contract aims to minimize equipment downtime, crucial for patient care in remote acute health care facilities. The vendor must provide coverage Monday through Friday from 8:00 AM to 3:00 PM, respond to calls within one hour, and be physically present on the IHS campus within 24 hours if remote troubleshooting is insufficient. The document outlines points of contact for the Government and the Indian Health Service Contract Administrator, with specific contact details to be determined for the Government POC.
    The Hopi Health Care Center has issued a Sources Sought Notice for a 5-year maintenance service plan for FUGI CT equipment, including necessary upgrades. This notice is solely for market research to determine compliance with the Buy Indian Act and potential set-asides, and is not a Request for Quote. The NAICS code is 811210 (Medical and surgical equipment repair and maintenance services). The Indian Health Service (IHS) prioritizes Indian Small Business Economic Enterprise (ISBEE) set-asides, defined as Indian Economic Enterprises (IEEs) that are also small businesses. IEEs must be at least 51% owned by Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations, with at least 51% of earnings going to them, and daily operations controlled by Indians. Interested firms must provide company details, point of contact, contract numbers (FSS/SEWP), DUNS or SAM Unique Entity Identifier, Tax ID, business category (IEE/ISBEE), and a capability statement. They must also submit an IHS Indian Economic Enterprise Representation form and identify their Federally Recognized Indian Tribe or Alaska Native Corporation. Firms must be registered in the System for Award Management (SAM).
    The Indian Health Service (IHS) Buy Indian Act Indian Economic Enterprise Representation Form is for offerors to self-certify their status as an "Indian Economic Enterprise" as defined by HHSAR 326.601, in accordance with 25 U.S.C. 47. This certification is required at the time of offer, contract award, and throughout the contract performance period. Offerors must immediately notify the Contracting Officer if they no longer meet the eligibility requirements. Documentation of eligibility may be required, and awards are subject to protest if eligibility is questioned. Successful offerors must also be registered with the System of Award Management (SAM). Providing false or misleading information is a violation of law, punishable under 18 U.S.C. 1001, and false claims are subject to penalties under 31 U.S.C. 3729-3731 and 18 U.S.C. 287. The form requires the offeror to state whether they meet the definition of an "Indian Economic Enterprise" with "Indian Ownership" and provides fields for the owner's name, certifying signature, print name, tribal entity name, business name, and DUNS Number.
    Lifecycle
    Title
    Type
    CT Scanner PM
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Colorado River Generator Rental
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals from small businesses for the rental of a 125 kVA (100 kW) emergency generator for the Colorado River Service Unit's Peach Spring Clinic in Arizona. This generator is essential for the Clinic’s Life Safety system and will be utilized exclusively during emergency situations, with a rental period of six months and an option for an additional six months. Interested contractors must ensure compliance with specific equipment specifications and provide ongoing maintenance, delivery, and setup services, while adhering to various federal regulations and clauses. Quotes are due by December 20, 2025, at 1:00 p.m. PST, and must be submitted via email to Dale C. Clark at dale.clark@ihs.gov, with all submissions requiring mandatory registration in SAM.
    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.
    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.
    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.
    Preventive Maintenance and Repair service for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit (base year plus two possible one-year option years)
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking small business sources for preventive maintenance and repair services for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit. The contract will cover a base year plus two optional one-year extensions, commencing on December 30, 2025, and includes requirements for one annual on-site preventive maintenance visit, unlimited corrective repairs within three business days, the use of OEM-certified parts and technicians, unlimited software/firmware updates, and priority technical support. This service is critical for maintaining the operational integrity of the MRI unit, which is essential for research and diagnostics. Interested vendors must submit their responses, including business information and capability statements, by December 9, 2025, to Suzanne Martella at suzanne.martella@fda.hhs.gov.
    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.