Small Business set-aside solicitation for TopCon optometry equipment for IHS locations in the Great Plains Area
ID: 75H70624Q00058Type: Solicitation
Overview

Buyer

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

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6540)

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 (IHS), is soliciting quotes for TopCon optometry equipment to be delivered to three locations within the Great Plains Area, covering North Dakota and South Dakota. This opportunity is a 100% small business set-aside, requiring vendors to provide firm fixed price quotes for the specified equipment, which includes items such as the Topcon CC-100 Acuity System and Automatic Kerato-Refractometers, with a delivery timeline of no later than 90 days post-award. The procurement is crucial for enhancing optometry services in the region, ensuring compliance with federal regulations and the Buy Indian Act to support economic opportunities within Indian communities. Interested vendors must submit their quotes by September 11, 2024, and can direct inquiries to Ms. Erin Doering at Erin.Doering@ihs.gov or by phone at 605-226-7662.

    Point(s) of Contact
    Ms. Erin Doering
    (605) 226-7662
    (605) 226-7689
    Erin.Doering@ihs.gov
    Files
    Title
    Posted
    The document is a solicitation from the Indian Health Service (IHS) under the Buy Indian Act, which outlines the self-certification process required for Offerors claiming to be an "Indian Economic Enterprise." The purpose is to ensure that enterprises maintain eligibility throughout various stages: at the offer submission, contract award, and during contract performance. If eligibility requirements are no longer satisfied, the Contractor must notify the Contracting Officer immediately. Individuals may need to provide evidence of eligibility for set-aside or sole source contracts, and false claims may lead to legal consequences. The document specifies a representation section for Offerors to indicate their compliance with the definition of an “Indian Economic Enterprise” and includes space to record essential details such as the name of the business owner, business name, and DUNS number. The selected project involves Optometry/Ophthalmology equipment for specific locations with a deadline set for August 14, 2024. This document forms part of the government's broader efforts to nurture economic opportunities within Indian communities through adherence to the Buy Indian Act.
    The document outlines a Request for Quotation (RFQ) numbered 75H70624Q00058 for TopCon optometry equipment, intended for three locations within the Aberdeen Area Indian Health Service in North Dakota and South Dakota. Issued by the Indian Health Service, it specifies that the request is a 100% small business set-aside, inviting quotes for equipment delivery within 90 days after the award date, which is set for September 11, 2024. Proposals must adhere to a Lowest Price Technically Acceptable (LPTA) basis for award consideration. Key items include the Topcon CC-100 Acuity System, Topcon EMR cables, and Automatic Kerato-Refractometers, with specified quantities and required delivery locations. Vendors must ensure compliance with the Buy-Indian Form and present a complete response by the stipulated deadline, including required certifications and representations. The awarded contractor must not be listed on the OIG Exclusion List, with contract execution contingent upon registration with the System for Award Management (SAM). The document emphasizes adherence to various federal clauses and regulations, ensuring quality and compliance with government standards.
    Similar Opportunities
    IHS, Pawnee Nephrology Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for nephrology services at the Pawnee Indian Health Center (PIHC) in Oklahoma, with the intent to award a one-year contract. The contractor will provide on-site nephrology care twice a month, with the possibility of adjustments based on patient demand, and must adhere to IHS quality standards and regulatory guidelines. This procurement is crucial for enhancing healthcare services for Native American populations, ensuring comprehensive nephrology care, and maintaining compliance with public health standards. Interested vendors must submit their quotes by 4:00 PM CST on September 5, 2023, to Judy Eaves at judy.eaves@ihs.gov, and the procurement is unrestricted with a focus on promoting participation from small and disadvantaged business enterprises.
    Sol_75H70724Q00138_IntelePharmacy Will Call System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the IntelePharmacy Will Call System to enhance pharmacy operations at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The procurement aims to alleviate congestion and improve patient service by implementing a system that manages prescription notifications and will call medication storage, with a contract duration of 12 months and options for renewal. This initiative is crucial for improving operational capacity and integrating technology in healthcare services, ensuring efficient patient care. Interested vendors must submit their proposals, including technical specifications and pricing, by September 30, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    6540--Supply - Carl Zeiss Digital Lensmeter 550
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for the procurement of Carl Zeiss Digital Lensmeter 550 units to enhance its Virtual Eye Care Service (VECS) across multiple locations within the VA Midwest Health Care System. The objective is to acquire a total of 19 lensmeters that are compatible with existing Zeiss equipment, enabling efficient screening for eye care conditions such as Glaucoma and Macular Degeneration, thereby improving access to care for veterans and reducing community care costs. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes by September 19, 2024, at 3:00 PM CST, with technical questions due by September 18, 2024. For further inquiries, contractors can contact Alberta Mickells, Contract Specialist, at Alberta.Mickells@va.gov or by phone at 402-995-3081.
    Sol_75H70724Q00140 Bactec FX Blood Culture System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the acquisition of a Bactec FX Blood Culture System for the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to enhance laboratory testing capabilities, particularly for detecting bacterial infections in blood samples, thereby improving healthcare services in the region. The contract will include a 12-month base period with four optional extension periods, and only one award will be made to the selected contractor. Interested vendors must submit their technical proposals, past performance documentation, and price proposals by October 3, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.
    Firm Fixed-Price, Non-Personal Healthcare Service, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ), Contract to provide Medical Laboratory Technologist Services for the Rosebud IHS Hospital, Rosebud, South Dakota
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm Fixed-Price, Non-Personal Healthcare Service contract to provide Medical Laboratory Technologist Services at the Rosebud IHS Hospital in South Dakota. The contract aims to secure up to 12 qualified medical technologists to deliver comprehensive laboratory services from October 15, 2024, to October 14, 2025, with the potential for four additional option years, emphasizing the importance of culturally competent care for the Native American community. The total contract value is capped at $7.5 million over five years, and interested contractors must submit their proposals by October 1, 2024, while ensuring compliance with health care standards and maintaining staffing levels. For further inquiries, contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    Sol_75H70724Q00139 Podiatry Supplies for the Podiatry department Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS), Albuquerque Area Office, is seeking proposals for podiatry supplies for the Podiatry department at the Zuni Comprehensive Community Health Center located in Zuni, New Mexico. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, with a tiered evaluation process favoring small businesses, including Service Disabled Veteran Owned Small Businesses and Certified HubZone Small Businesses. The supplies are essential for enhancing podiatric care services, and the contract will include a base period with options for renewal, focusing on quality assurance and compliance with federal regulations. Proposals are due by October 2, 2024, with inquiries to be submitted by September 26, 2024, to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) under the Department of Health and Human Services is seeking proposals for Medicare Cost Reporting Services, aimed at supporting the financial management of healthcare services for American Indians and Alaska Natives. The selected contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and ensuring compliance with Medicare and Medicaid regulations, which are critical for the reimbursement processes of over 600 healthcare facilities. This procurement is significant as it underscores the federal government's commitment to maintaining healthcare service levels in underserved populations while ensuring financial accountability. Proposals are due by 07:30 AM (EST) on September 23, 2024, and should be submitted electronically to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 for each option period.
    Physical Therapist Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Physical Therapist Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. This opportunity involves a Firm Fixed-Price, Non-Personal Healthcare Service contract structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a performance period of one year and four optional years, aimed at enhancing healthcare delivery to Native American communities. Interested small businesses under NAICS Code 621340 must comply with various regulatory requirements, including background checks and credential verification, and are encouraged to submit their proposals via email by the specified deadline. For further inquiries, interested parties can contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    Medical and Dental Coding, Auditing, and Data Entry Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Firm Fixed-Price, Non-Personal Service Contract to provide Medical and Dental Coding, Auditing, and Data Entry Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with an initial performance period of one year and four optional renewal years, emphasizing the importance of accurate coding and auditing in delivering high-quality healthcare services. Interested vendors must submit comprehensive proposals that include pricing, technical specifications, and compliance with security requirements, with the selection process based on a Lowest Price Technically Acceptable (LPTA) methodology. For further inquiries, potential offerors can contact Wenda Wright at wenda.wright@ihs.gov or by phone at 605-226-7724.