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.