PIMC Handpiece Equipment PM Service
ID: IHS1504004Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, 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, is seeking proposals for preventive maintenance and repair services for handpiece equipment at the Phoenix Indian Medical Center (PIMC). The contract will cover a firm fixed-price agreement for a Base Year and four Option Years, requiring the contractor to ensure that all equipment operates in compliance with Original Equipment Manufacturer (OEM) specifications and meets various health and safety standards. This initiative is crucial for maintaining operational reliability and patient safety within the medical facility. Interested small businesses must submit their quotes by January 10, 2025, to Kerri Gilmore at Kerri.Gilmore@ihs.gov, and ensure compliance with federal acquisition guidelines, including maintaining current registrations in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quote (RFQ) identified as IHS1503737, seeking proposals for medical and surgical equipment repair and maintenance services. The RFQ includes the Base Year and four Option Years for a firm fixed-price contract. Interested businesses, particularly small businesses, must submit their quotes by January 10, 2025, via email, and include essential company information, acceptance of a 120-day offer period, and authorization for negotiations. The offerors are required to adhere to relevant federal acquisition guidelines, specifically FAR Subpart 12.6 and HHSAR. A detailed Statement of Work and an equipment list are attached for reference. Additionally, vendors must maintain current registrations in the System for Award Management (SAM) to be eligible for award. Questions are to be directed to the listed contact by the submission deadline. The solicitation emphasizes a comprehensive response from potential contractors, affirming the government's commitment to acquiring necessary services efficiently.
    The Phoenix Indian Medical Center (PIMC) seeks semi-annual preventive maintenance and repair services for hand pieces in its Operating Room and Dental Clinic. The contractor will provide necessary supervision, labor, parts, and tools to ensure equipment operates in compliance with Original Equipment Manufacturer (OEM) specifications and maintain cleanliness post-service. Services must include certifications, repairs, temporary loaner devices, and compliance with various technical and health standards, including HIPAA and NFPA requirements. The contractor must have valid licensure, access to new OEM parts, and the ability to complete work during regular business hours, proposing schedules for approval. Detailed reports of services performed are required, with corrective actions requiring prior approval from the Contracting Officer. All equipment supplied by the contractor must be new, properly packaged, and documentation of technician qualifications must be submitted with the offer. The initiative underscores the commitment to maintaining high standards in medical equipment servicing, ensuring patient safety and operational reliability within the facility.
    The RFQ IHS1504004 Handpiece List outlines the inventory of handpieces used primarily in the Dental Annex and Operating Room departments. It specifies a variety of dental and surgical handpieces, including models such as the MicroPower High Speed Drill and Kavo Gentlemini Lux, alongside their serial and model numbers. The inventory categorizes items into two main sections: the Dental Annex, which includes a predominant number of micro and high-speed drills, and the Operating Room, which features various types of dental and surgical handpieces, attachments, and systems for operation. Each item is systematically listed with its corresponding serial and model numbers for precise identification. This document serves to ensure healthcare facilities have the requisite dental equipment for efficient operation, emphasizing the need for accurate records in the procurement process supporting health services. Its purpose aligns with government standards for maintaining healthcare equipment and facilitating procurement via federal and local RFP processes.
    This document outlines Wage Determination No. 2015-5469 by the U.S. Department of Labor concerning the Service Contract Act (SCA). Effective from July 22, 2024, it mandates that federal contracts, subject to SCA, pay minimum wages in accordance with Executive Orders 14026 or 13658. The minimum hourly wage for contracts entered into or renewed post-January 30, 2022, is set at $17.20, whereas contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The wage determination lists various occupations, primarily administrative, automotive, food service, health, technical, and maintenance jobs, alongside prescribed wage rates and fringe benefits specific to Arizona's Maricopa and Pinal counties. Additionally, obligations under Executive Order 13706 for paid sick leave apply to contracts awarded after January 1, 2017. Workers are entitled to health and welfare benefits, vacation, and holiday pay, contributing to secure employment terms. The document emphasizes compliance with labor standards, fair compensation, and worker protections, providing a structured framework for contractors operating under federal contracts. This is vital for RFPs and grants across federal, state, and local levels, ensuring adherence to labor regulations in public procurement processes.
    The RFQ IHS1504004 outlines the requirements for the provision of Handpiece Equipment Preventive Maintenance (PM) Services for the Indian Health Service. It includes detailed invoicing instructions emphasizing electronic submission through the Department of Treasury’s Invoice Processing Platform (IPP). The document incorporates various federal acquisition regulations, including clauses related to anti-lobbying, safety, equal employment opportunity, and privacy acts. Notably, it references specific clauses to be complied with by the contractor to ensure adherence to federal requirements, covering aspects such as service contract labor standards and combatting trafficking in persons. The evaluation criteria for offers prioritize past performance and technical factors significantly above price. The document's purpose is to establish a structured approach to soliciting offers for essential services while ensuring compliance with applicable federal regulations, ultimately aimed at improving health services delivery within the Indian Health Service framework. This RFQ reflects the government's commitment to maintaining high standards and accountability in the procurement process.
    The Indian Health Service has issued a self-certification form under the Buy Indian Act, requiring that Offerors acknowledge their compliance as “Indian Economic Enterprises.” This certification must be valid during the offer submission, contract award, and entire performance period. Should a contractor cease to qualify, they must promptly inform the Contracting Officer. Offerors may also need to provide proof of eligibility to secure set-aside or sole source contracts. Noncompliance or submission of false information can lead to legal consequences under various U.S. statutes. Offerors must specify their ownership status and provide relevant business identification details, including the DUNS number. This document plays a crucial role in promoting economic opportunities for Native American businesses in government contracting, ensuring accountability and compliance with federal regulations.
    This Sources Sought Notice from the Indian Health Service (IHS) announces a requirement for preventive maintenance and repair services specifically for dental and surgical handpieces at the Phoenix Indian Medical Center, Arizona. The notice emphasizes compliance with the Buy Indian Act, prioritizing acquisitions from Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs). Interested firms must submit detailed information, including company specifics, capability statements, and proof of IEE or ISBEE status. This market research aims to ensure two or more compliant offers are available before proceeding with contract opportunities. The government stresses the need for self-certification through an attached representation form, as well as adherence to registration requirements in the System for Award Management (SAM). The overall focus is to identify responsible vendors while fostering economic opportunities for Indian enterprises in line with government regulations.
    The document is a Sources Sought Notice issued by the Indian Health Service (IHS) requesting market research to identify qualified contractors for preventive maintenance and repair services on dental and surgical handpieces at the Phoenix Indian Medical Center in Phoenix, AZ. It aims to determine compliance with the Buy Indian Act and outlines the preference for Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE) in procurement processes. Interested firms must provide detailed information including business ownership, capabilities, and eligibility under the specified categories. The notice emphasizes the importance of self-certification of IEE status and requires firms to identify the relevant federally recognized tribes associated with their qualifications. The response deadline for interested parties is set for November 15, 2024. This notice is a preliminary step toward ensuring that procurement aligns with federal policies favoring Indian-owned businesses and addresses the need for necessary services in a culturally appropriate manner.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought - Phoenix Area IHS Dental Equipment PM & Repair Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide preventive maintenance and repair services for dental equipment in the Phoenix Area. This opportunity is part of a Sources Sought Notice aimed at gathering market research to ensure compliance with the Buy Indian Act, which prioritizes contracts for Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs). The services are crucial for maintaining the operational efficiency of dental facilities serving Indian communities, thereby supporting their health and well-being. Interested firms must respond by submitting a capability statement and relevant documentation, including proof of IEE status and registration in the System of Award Management (SAM), to Kerri Gilmore at Kerri.Gilmore@ihs.gov.
    Phoenix Areawide Optometry PM & Repairs
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a contractor to provide preventative maintenance and repair services for optometry and ophthalmology equipment across its facilities serving approximately 140,000 Native American users in Arizona, Nevada, California, and Utah. The primary objective is to ensure that the equipment operates safely and effectively, adhering to manufacturer specifications and regulatory standards, which includes scheduled maintenance, corrective repairs, and thorough documentation of all services performed. This initiative is crucial for maintaining the reliability of medical equipment essential for patient care within the comprehensive health service network. Interested contractors must submit their quotations by February 27, 2025, and can contact Dale C. Clark at dale.clark@ihs.gov for further information regarding the procurement process.
    Preventative Maintenance Services for Ultrasound Medical Equipment
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide preventative maintenance services for a Philips EPIQ 5 Ultrasound system at the Chinle Comprehensive Health Care Facility in Chinle, Arizona. The contract encompasses a base year with two optional renewal years, requiring services such as priority scheduling for service calls, on-site response by the next business day, and regular maintenance in accordance with the manufacturer's specifications. This procurement is vital for ensuring the ultrasound equipment operates effectively, thereby supporting the facility's commitment to high standards of medical care. Interested vendors must submit their proposals by February 22, 2025, and are encouraged to contact Tanya Begay at tanya.begay2@ihs.gov or 928-674-7635 for further information. The total budget cap for this opportunity is $8 million, and it is set aside for Indian Small Business Economic Enterprises (ISBEE).
    PM Service Agreement - Siemens Mobillet Elara Max - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting quotations for a Preventive Maintenance Service Agreement for the Mobillet Elara Max unit at the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. This procurement aims to establish a firm-fixed price contract that includes a base year and four option years, specifically targeting Indian Small Business Economic Enterprises (ISBEEs) to promote economic opportunities within Native American communities. The services required include uptime guarantees, response times, and comprehensive coverage details, ensuring the operational efficiency of critical medical equipment. Interested vendors must submit their quotes in accordance with the guidelines outlined in the Request for Quotation (RFQ) No. 75H70725Q00039, and can reach out to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or by phone at 505-256-6755 for further information.
    PM on Reverse Osmosis Equipment
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Bemidji Area, is seeking proposals for preventive maintenance and repair services for Reverse Osmosis (RO) equipment at the Red Lake Hospital in Minnesota. The procurement aims to ensure the operational efficiency and compliance of the RO equipment, which is vital for the Sterile Processing Department, through a five-year firm-fixed price contract set aside for small businesses. This initiative underscores the importance of maintaining health standards and operational integrity within the facility. Interested contractors must submit their proposals by February 28, 2025, to Christopher Millard at Christopher.Millard@ihs.gov, and are encouraged to review the detailed requirements outlined in the associated documents.
    BPA for surgical items
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for a Blanket Purchase Agreement (BPA) for surgical items, with a focus on promoting Indian Economic Enterprises. This procurement aims to acquire a range of medical and surgical instruments, including biologics and trauma-related supplies, essential for healthcare services provided to Indian communities. The contract will cover a base year from March 15, 2025, to September 30, 2025, with written quotes due by February 26, 2025, at 1:00 PM CST. Interested vendors must ensure compliance with the Buy Indian Act, be registered in the System for Award Management (SAM), and provide detailed technical documentation, with inquiries directed to Misti Bussell at misti.bussell@ihs.gov or by phone at 918-342-6235.
    Brand Name/Equal to: Two (2) Endodontic Equipment & Supplies, SFIHC
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for the procurement of two Endodontic equipment units and related supplies for the Santa Fe Indian Health Center's Dental Clinic in New Mexico. This solicitation is governed by the Buy Indian Act, prioritizing offers from Indian Small Business Economic Enterprises, although other small businesses may also be considered. The equipment and supplies are crucial for providing dental care services, ensuring quality treatment for the local community. Interested vendors must comply with the outlined requirements, including self-certification as an Indian Economic Enterprise, and are encouraged to contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or 505-256-6754 for further details. The contract will be a Firm-Fixed-Price Purchase Order, with potential extensions from 2025 to 2030.
    PM Service Agreement - Siemens Acuson NX3 Elite - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide a Preventive Maintenance Service Agreement for the Siemens Acuson NX3 Elite ultrasound machine at the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The procurement involves a firm-fixed price contract with a base year and four optional years, specifically targeting Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of competitive pricing and technical capabilities. This service is crucial for maintaining the operational efficiency of medical equipment that supports health services for Indigenous populations. Interested vendors must submit their quotes, including a comprehensive pricing breakdown, by contacting Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or by phone at 505-256-6755, ensuring compliance with federal regulations and procurement guidelines.
    Brand Name or Equal Applied Medical Laparoscopic Cholecystectomy Supplies, IHS, Phoenix Indian Medical Center, 5-Year BPA
    Buyer not available
    The Indian Health Service (IHS) is seeking proposals for a Five-Year Blanket Purchase Agreement (BPA) to acquire Brand Name or Equal Applied Medical Laparoscopic Cholecystectomy Supplies for the Phoenix Indian Medical Center in Arizona. The procurement requires offerors to demonstrate a minimum of five years of experience in the production and delivery of relevant medical supplies, with proposals evaluated based on technical compliance, past performance, and pricing using a Lowest Price Technically Acceptable (LPTA) source selection process. This BPA is crucial for ensuring the availability of essential surgical supplies, thereby enhancing healthcare service efficiency in the Phoenix area. Interested vendors must submit their proposals electronically by March 7, 2025, and can contact Donovan Conley at Donovan.Conley@ihs.gov or 602-364-5174 for further information.
    Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide Areawide Service, Support, and Maintenance Agreement for Shimadzu Imaging Equipment for IHS Health Care Facilities throughout the Great Plains Area.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking sources for a firm fixed-price contract to provide a comprehensive service, support, and maintenance agreement for Shimadzu imaging equipment across healthcare facilities in the Great Plains Area, including South Dakota, North Dakota, Iowa, and Nebraska. The procurement aims to ensure both scheduled preventive maintenance and unscheduled repairs, adhering to standards set by the original equipment manufacturer and regulatory bodies, thereby maintaining the quality and safety of essential imaging equipment used in healthcare delivery. Interested parties must comply with the Buy Indian Act, affirming their status as an "Indian Economic Enterprise," and are required to be registered with the System of Award Management (SAM). For further inquiries, potential offerors can contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov.