75H70626Q000010-100% set-side, IEE Firm Fixed Price, Non-Personal Temporary Optometrist services for the QNBMHF in Belcourt ND.
ID: 75H70626Q000010Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Temporary Help Services (561320)

PSC

MEDICAL- OPHTHALMOLOGY (Q511)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    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.

    Point(s) of Contact
    Jody Keplin
    (701) 477-8416
    (701) 477-2527
    jody.keplin@ihs.gov
    Files
    Title
    Posted
    This government Request for Quote (RFQ) 75H70626Q00010, issued by the Great Plains Area Indian Health Service (IHS), seeks non-personal temporary optometrist services for the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. The acquisition is a Firm Fixed-Price contract, set aside 100% for Indian Economic Enterprises (IEE), with a NAICS code of 561320 (Temporary Help Services). The contract covers a one-year period, with services to be provided from January 1, 2026, to December 31, 2026. Key requirements include comprehensive optometrist duties, adherence to quality control and assurance programs, and strict security and health regulations, including background checks and immunizations. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method, considering technical approach, price, and past performance. Invoicing will be done electronically via the Invoice Processing Platform (IPP).
    Similar Opportunities
    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.
    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.
    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.
    Ophthalmic Equipment Service and Maintenance - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide ophthalmic equipment service and maintenance for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The procurement aims to ensure the proper functioning and upkeep of essential medical equipment, which is critical for delivering quality eye care services to the community. This contract will be awarded as a Firm-Fixed-Price agreement, consisting of a 12-month base period with four additional option years, and is set aside for Indian Small Business Economic Enterprises (ISBEEs) as the primary tier. Interested offerors must submit their quotes by December 5, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    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.
    M System
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, is seeking a firm to provide inventory tracking services for the Property and Supply Department at the Quentin N Burdick Memorial Healthcare Facility in Belcourt, North Dakota. This procurement involves a Firm Fixed Price Purchase Order and is justified for other than full and open competition, indicating a sole source requirement for software services. The selected contractor will play a crucial role in enhancing inventory management, which is vital for the efficient operation of healthcare services in the region. Interested parties can contact Phyllis Gourneau at Phyllis.gourneau@ihs.gov or by phone at 701-477-8434 for further details regarding this opportunity.
    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.
    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.
    Data Ray D3 to D4 Software Upgrade With RPMS Compatibility for Quentin N Burdick Memorial Health Care Facility (QNBMHCF)
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking sources for a Data Ray D3 to D4 software upgrade with RPMS compatibility for the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota. The objective is to identify potential vendors capable of providing this upgrade, which is anticipated to be a brand-name requirement due to compatibility with existing government-owned hardware. This upgrade is crucial for maintaining the functionality of health services provided to approximately 14,550 tribal members on the Turtle Mountain Indian Reservation. Interested parties must submit their capability statements to Farrah Azure at Farrah.Azure@ihs.gov by December 17, 2025, at 12:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-26-1518980.
    IHS1520728-Postage
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to the United States Postal Service for postage services associated with the Quentin N Burdick Memorial Health Care Facility in Belcourt, North Dakota. This procurement aims to ensure timely delivery of patient medications and critical medical communications, which are vital for maintaining the health and quality of life of the tribal population, known for its high poverty levels. The total estimated value of the contract is $50,000, with the period of performance commencing immediately upon award. Interested parties may direct questions to Jody Keplin at jody.keplin@ihs.gov, and responses to this notice should demonstrate compelling evidence for the need for this sole source procurement.