Annual Support for Caldwell Equpment
ID: IHS1500593Type: Special Notice
Overview

Buyer

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

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is conducting a Sources Sought Notice for Level 1 Support of Cadwell Sierra Summit equipment in Whiteriver, Arizona. This procurement aims to secure a one-year service warranty that includes diagnostic remote web support and webinar training for Cadwell product applications, emphasizing compliance with the Buy Indian Act to prioritize Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE). Interested vendors are encouraged to submit their company information, contract numbers, business qualifications, and capability statements to assist in market research and ensure a competitive bidding process. For further inquiries, interested parties can contact Dale C. Clark at dale.clark@ihs.gov.

    Point(s) of Contact
    Dale C Clark
    dale.clark@ihs.gov
    Files
    Title
    Posted
    The document is a Sources Sought Notice issued for Level 1 Support of Cadwell Sierra Summit, specifically related to electromedical apparatus manufacturing under NAICS code 334510, located in Whiteriver, Arizona. It emphasizes compliance with the Buy Indian Act, aiming to prioritize purchases from Indian Economic Enterprises (IEE) or Indian Small Business Economic Enterprises (ISBEE) to the fullest extent. Interested vendors are encouraged to respond with details such as company information, contract numbers, business category qualifications, and a capability statement. The notice highlights the need for market research to ensure multiple offers from IEEs are anticipated. Additionally, interested firms must self-certify their eligibility and specify the Federally Recognized Indian Tribe or Alaska Native Corporation their IEE status relies upon. The Government will use the responses to inform acquisition decisions, providing no further copies of this notice.
    The document serves as a self-certification form for offerors under the Buy Indian Act, administered by the Department of Health & Human Services Indian Health Service. It establishes that the submitting entity qualifies as an “Indian Economic Enterprise,” which must be confirmed at multiple stages: at the time of offer submission, contract award, and throughout the contract period. A contractor must notify the Contracting Officer immediately if they no longer meet eligibility requirements. The form also indicates that successful offerors must register with the System of Award Management (SAM) and undergo potential eligibility verification by individual contracting officers. Furthermore, the document underscores the legal ramifications of providing false information, including penalties for false claims under federal law. The representation section necessitates a signature from the entity's owner, affirming their status as an Indian economic enterprise, providing essential details such as the business name and DUNS number. Overall, this form is pivotal in ensuring compliance with the Buy Indian Act within the federal grants and RFP framework.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    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.
    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.
    IQ View Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for the IQ View Software to Comp-Ray Inc. This software is designed to facilitate the export of radiology exams for patients seeking treatment at other medical facilities, thereby enhancing the efficiency of patient care within the Indian Health Services. The contract will be for a period of five years, with the place of performance located in Phoenix, Arizona, and is being pursued under FAR 6.302-1, which allows for procurement from a single source when no other supplies or services can meet agency requirements. Interested parties are invited to submit capability statements to Jeremiah Murrell at jeremiah.murrell@ihs.gov by 12 PM EST on September 19, 2024, for consideration in the procurement process.
    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.
    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.
    One (1) Advanced Practice Nurse (Nurse Anesthetist) Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified sources to provide Advanced Practice Nurse (Nurse Anesthetist) Services for the Clinical Division at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. The procurement aims to fulfill a critical need within the anesthesiology department, with an anticipated contract duration of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is part of the IHS's commitment to supporting Indian Economic Enterprises under the Buy Indian Act, emphasizing the importance of compliance and certification for interested parties. Interested vendors must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience.
    24/7 Telebehavioral Health Services - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for 24/7 Telebehavioral Health Services at the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement aims to provide mental health services to adolescents suffering from Serious Mental Illness (SMI) and Substance Use Disorders (SUD) through telehealth, thereby enhancing access to care and addressing treatment gaps in the community. This contract, which is a Total Small Business Set-Aside, will be awarded for a base year with four option years, emphasizing the importance of culturally competent care and quality assurance in mental health outcomes for Native American youth. Interested vendors must submit their proposals by 5:30 PM MDT on October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    Medical Malpractice Tort Claim Peer Review Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Medical Malpractice Tort Claim Peer Review Services as part of a Sources Sought Notice. The selected contractor will be responsible for reviewing up to 50 medical malpractice claims annually, delivering written Standard of Care Reports within a 30 to 60-day timeframe, and must have a pool of Board Certified physicians across various medical specialties. This initiative is crucial for ensuring compliance with the Federal Tort Claims Act and improving operational efficiency within federal healthcare settings. Interested parties must submit their responses by September 27, 2024, to Brendon Moran, Contracting Officer, at Brendon.Moran@ihs.gov, and should ensure they are registered in the System for Award Management (SAM).
    7E--Sources Sought Notice for IEE Sources of Brand Name Only IT Equipment
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, has issued a Sources Sought Notice to conduct market research for Indian Economic Enterprises (IEEs) regarding brand name IT equipment. The objective is to identify authorized federal resellers of IT equipment from manufacturers such as Dell Technologies, Apple, Samsung, and Hewlett Packard, with submissions required to include vendor details, capabilities, socio-economic classifications, and past performance on federal contracts. This procurement process is crucial for ensuring that the Bureau meets its IT equipment needs while adhering to federal procurement guidelines. Interested vendors must submit their responses by September 26, 2024, and can direct inquiries to Adam Lowery at Adam.Lowery@bia.gov or by phone at 571-560-0622.