Firm-Fixed-Price type for comprehensive service and support agreement for various imaging equipment manufactured by Hologic located at multiple facilities within the region served by the Great Plains Area Indian Health Service.
ID: 75H70626Q00003Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

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) Great Plains Area, is seeking qualified contractors to provide comprehensive maintenance and support services for Hologic imaging equipment across multiple facilities in South Dakota, North Dakota, Iowa, and Nebraska. The procurement involves a Firm-Fixed-Price contract with a base year and four one-year option periods, focusing on calibration, preventive maintenance, and unscheduled repairs using new OEM-certified parts, adhering to strict OEM guidelines to ensure compliance with accreditation standards. Interested small businesses must submit their quotes by November 10, 2025, at 12:00 pm CT, and are encouraged to direct any questions to Mona Weinman at mona.weinman@ihs.gov. The anticipated total cost of the contract, including option years, is to be determined based on competitive pricing.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a "Justification for Other than Full and Open Competition" for brand-name Hologic Imaging devices within the Great Plains Service Area. It seeks comprehensive service and support for existing Hologic Selenia Mammography Imaging Systems, including associated workstations, located in various Radiology Departments. The justification states that Hologic Imaging Systems are sophisticated medical devices requiring OEM-set Preventive Maintenance and that services must be conducted by OEM-certified, authorized entities, or the OEM directly. The rationale for this sole-source procurement is that the "Brand Name is essential to the Government's needs" and that the items are "peculiar to one manufacturer" because other products cannot meet the agency's requirements. Failure to comply with OEM guidelines could result in accreditation failures, equipment damage, and patient harm. The anticipated cost is deemed fair and reasonable due to available FSS contracts.
    This Request for Proposal (RFP) from the Great Plains Area Indian Health Service seeks a contractor to provide comprehensive, firm-fixed-price maintenance and support for Hologic Imaging equipment across multiple facilities in South Dakota, North Dakota, Iowa, and Nebraska. The contract includes a base year and four one-year option periods, covering calibration, preventive maintenance, and unscheduled repairs with new OEM-certified parts. Key requirements include adherence to OEM schedules and accreditation standards (CMS, TJC, DNV-GL), submission of service schedules, and specific documentation for all services. The selection will be based on the Lowest Price Technically Acceptable (LPTA) procedure, evaluating technical factors such as qualifications, company management, capacity, and past performance. Invoicing will be done electronically via the Invoice Processing Platform (IPP). The document also outlines exclusions, liability, warranty, and strict confidentiality clauses regarding patient and network information.
    The Great Plains Area (GPA) Indian Health Service (IHS) has issued Request for Quote (RFQ) 75H70626Q00003, a combined synopsis/solicitation for commercial items, to secure comprehensive maintenance service and support for Hologic imaging equipment across multiple facilities in its region (SD, ND, IA, NE). This 100% Small Business Set-Aside RFQ, under NAICS Code 811210, seeks firm-fixed-price quotes for a contract with a base year and four one-year option periods. Quotes, due by November 10, 2025, at 12:00 pm CT, must be all-inclusive and submitted on company letterhead, detailing technical descriptions, warranty terms, pricing, and required representations and certifications. The award basis is Lowest Price Technically Acceptable, evaluating qualifications, company management, capacity, and past performance. Contractors must provide new equipment and parts and be registered with www.sam.gov, possessing a Unique Entity ID (UEI) and TIN. Invoices will be processed through the Invoice Processing Platform (IPP). Questions are due by October 24, 2025, at 12:00 pm CT, to mona.weinman@ihs.gov.
    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.
    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.
    Great Plains Area Multiple Vendor Cost Per Reportable Result (CPRR) IDIQ contract for Automated Chemistry and Immunochemistry Instrumentation at five (5) IHS Hospitals and seven (7) IHS clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Automated Chemistry and Immunochemistry Instrumentation at various IHS facilities in North and South Dakota. This procurement aims to provide laboratory analyzers and comprehensive maintenance services, with a focus on Cost Per Reportable Result (CPRR) for automated chemistry and immunochemistry, ensuring that all equipment and parts supplied are new and compliant with federal regulations. Proposals are due by December 2, 2025, at 12:00 pm CT, and will be evaluated based on the Lowest Price Technically Acceptable criteria. Interested contractors should direct inquiries to Mona Weinman at mone.weinman@ihs.gov and ensure they are registered with SAM.gov and familiar with the Invoice Processing Platform (IPP) for payment processing.
    PM Service Agreement for GE AMX 240 Mobile X-Ray System & GE FlashPad HD Detector-SS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide service and maintenance for the GE AMX 240 Mobile X-Ray System and GE FlashPad HD Detector at the Zuni Comprehensive Community Health Center in New Mexico. The procurement aims to establish a service agreement that includes preventative maintenance, unscheduled repairs, software updates, and compliance with industry standards, ensuring the equipment operates effectively and safely. This opportunity is particularly significant as it supports healthcare delivery in Indian communities, emphasizing the importance of reliable medical equipment. Interested parties must submit their responses, including a capability statement and the Indian Small Business Economic Enterprise (ISBEE) representation form, to Shannon Eldridge-Shorty by December 15, 2025, at 03:00 PM (MT).
    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.
    Mobil MRI Services Extended at Cheyenne River Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to modify and extend the current contract for Mobil MRI Services at the Cheyenne River Health Center in Eagle Butte, South Dakota. This extension is intended to cover an additional month of service, ensuring continued access to essential radiology services for the local community. The provision of these medical services is critical for the health and well-being of the population served by the health center. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605/964-0605 for further details regarding this opportunity.
    Great Plains Area Wide - Optical Fabrication Services - Indian Health Service
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors to provide optical fabrication services, including prescription eyeglasses, frames, and lenses, for American Indian and Alaska Native patients across its federal service units in the Great Plains Area. The procurement aims to establish a Blanket Purchase Agreement (BPA) on a firm fixed unit price basis, with the contractor responsible for delivering high-quality optical products and services within a specified timeframe of 7-10 working days. This initiative is crucial for enhancing healthcare access and quality for the communities served, ensuring compliance with federal regulations and standards. Interested parties must submit their capability statements by December 19, 2025, to Ashleigh Yazzie at ashleigh.yazzie@ihs.gov, referencing Sources Sought Number IHS1520824.
    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.
    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.
    JOFOC Copier
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area Indian Health Service, is seeking to award a contract for copier maintenance services at the Cheyenne River Health Center in Eagle Butte, South Dakota. This procurement involves a Justification for other than full and open competition, aiming to contract Marco for the necessary copier and maintenance services. The equipment is crucial for the health center's operations, ensuring efficient document management and processing. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or call 605-964-0605 for further details regarding this opportunity.