Copier and Printers Services at WEHC
ID: 75H70525R00004Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBEMIDJI AREA INDIAN HEALTH SERVICEBEMIDJI, MN, 56601, USA

NAICS

Office Machinery and Equipment Rental and Leasing (532420)

PSC

MISCELLANEOUS OFFICE MACHINES (7490)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for copier and printer services at the White Earth Health Center in Ogema, Minnesota. This procurement aims to lease and maintain printers and copiers, ensuring reliable operational support for healthcare services, with a contract structured as a firm-fixed price arrangement that includes a base year and four optional extension years. The selected contractor will be responsible for providing necessary consumables and maintenance, excluding paper, while adhering to federal regulations, including accessibility standards. Proposals are due by February 18, 2025, at 2:00 PM CST, and interested parties must submit their bids along with the required Indian Economic Enterprise certification to Mary Simon at Mary.Simon2@ihs.gov or Winona Kitto at winona.kitto@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) issued by the Indian Health Service for copier and printer leasing and maintenance services at the White Earth Health Center and associated clinics. The contract is structured as a firm-fixed price arrangement with a base year and four optional extension years, reflecting a commitment to consistent support for healthcare equipment. The contractor is expected to provide necessary consumables and maintenance, excluding paper. Services include preventive maintenance, equipment repair, and monthly usage reporting. The solicitation emphasizes compliance with federal regulations, including accessibility standards under Section 508 of the Rehabilitation Act, ensuring all equipment meets specified performance criteria. Payment procedures are outlined, requiring electronic submission of invoices through the U.S. Department of the Treasury's Invoice Processing Platform. Offerors must also comply with various federal acquisition regulations that enforce ethical standards and mandates, including equal opportunity laws and restrictions on certain foreign relationships. Overall, the RFP underscores the government's intent to secure reliable maintenance and operational efficiency for its medical equipment, prioritizing service quality and compliance with legal and procedural frameworks.
    The document is an Indian Economic Enterprise Representation Form, issued by the Indian Health Service under the Buy Indian Act. It serves as self-certification for entities bidding on federal contracts, confirming their status as “Indian Economic Enterprises.” Offerors must prove their eligibility at the time of bid submission, contract award, and throughout the contract’s duration. If their status changes, they must promptly inform the Contracting Officer. Successful bidders must also be registered with the System for Award Management (SAM). False claims are subject to severe legal penalties. The representation section requires the Offeror to affirm whether they meet the “Indian Economic Enterprise” criteria, which includes maintaining at least 51% Indian ownership. Key details include the project title, solicitation number, and required certifications of eligibility. The document underscores the legal implications of misrepresentation and the importance of compliance within federal contracting processes related to Native American interests.
    The memorandum addresses the Request for Proposals (RFP) 75H70525R00004 for Printer Copier Services at the White Earth Health Clinic, due by February 18, 2025. This procurement is designated for Indian Economic Enterprises (IEE) and will result in a Firm Fixed Price contract, including a base period and four option years. Prospective contractors must submit a complete proposal, including specific forms (Standard Form 1449), detailed pricing, technical capability literature, and IEE certification, as the government intends to award without discussions. It is imperative for proposals to be clear, legible, and fully submitted via email, as incomplete submissions will not be considered. All documentation will be subject to the Privacy Act and retained by the Department of Health & Human Services (DHHS). Contacts for this procurement are provided for further inquiries. This notice reflects the government's effort to engage IEE contractors in providing necessary health services equipment while ensuring a structured procurement process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    IHS Large Format Printer
    Buyer not available
    The Indian Health Service (IHS) is seeking proposals from qualified vendors for the procurement of one HP Designjet SD Pro 2 PostScript A1 Inkjet Large Format Printer, specifically aimed at American Indian and Alaska Native small businesses under the Buy Indian Act. The procurement includes new equipment only, with requirements for installation, training, preventative maintenance, and the provision of necessary ink cartridges, ensuring compliance with federal acquisition regulations. This multifunction printer is essential for high-quality document reproduction and scanning, particularly in government and engineering sectors, enhancing operational efficiency. Interested vendors must submit their quotes by February 12, 2025, and direct any questions to Matthew Loudis at Matthew.Loudis@ihs.gov or Jeremy Steel at jeremy.steel@ihs.gov by February 6, 2025.
    RICOH COPIERS and Service Plan
    Buyer not available
    The Indian Health Service (IHS) is soliciting quotes for the procurement of RICOH copiers and a comprehensive service plan, specifically targeting Indian Small Business Economic Enterprises. The requirement includes six RICOH IM C3500G copiers, three RICOH IM C6000 copiers, and fifteen Ricoh IM C400SRFG desktop units, all of which must meet government specifications and compliance standards. This procurement is crucial for enhancing the operational capabilities of the Hopi Health Care Center in Polacca, Arizona, and includes a maintenance plan for each copier type covering parts, labor, toner, and supplies for twelve months, with options to extend for up to four additional years. Interested vendors must be registered with SAM and submit their quotes by February 10, 2025, with evaluations based on price, technical capabilities, and past performance. For further inquiries, vendors can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or call 602-364-5012.
    Dentrix and DEXIS service and support for the White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Henry Schein Practice Solutions for the provision of service and support for Dentrix Enterprise and DEXIS systems at the White Earth Health Center in Ogema, Minnesota. This procurement is essential for maintaining operational efficiency in patient care record management, scheduling, and billing within IHS dental clinics, as Henry Schein is the only vendor capable of providing the necessary support for these specific electronic dental record systems. The estimated value of the firm-fixed-price contract is $57,482, covering a base year plus four option years, with the point of contact for this acquisition being Winona Kitto at winona.kitto@ihs.gov. Interested parties may submit their capabilities to demonstrate their ability to meet the government's needs, although this notice is not a request for competitive quotes.
    RT with Mammography Certification Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for Radiologic Technologist services with Mammography Certification at the White Earth Health Center in Minnesota. This opportunity is exclusively set aside for Indian Economic Enterprises (IEE), requiring interested parties to self-certify their eligibility and comply with the Buy Indian Act. The contract will be structured as a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, covering a base year and three additional one-year options, with a total potential value of $2.5 million. Proposals must be submitted by February 24, 2025, at 1:00 PM CT, and should include all required documentation, including the IEE Certification form. For further inquiries, interested parties can contact Mary Simon at mary.simon2@ihs.gov or Jennifer Richardson at Jennifer.Richardson@ihs.gov.
    Firm Fixed-Price Non-Personal Service Purchase Order to provide Pharmacist Services for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm fixed-price non-personal service purchase order to provide pharmacist services at the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota. The contract aims to ensure the availability of pharmacist services for 1,200 hours over a period of 180 days, addressing staffing needs and maintaining quality healthcare delivery for approximately 7,000 tribal members served by the facility. Interested vendors must comply with specific qualifications, including relevant licensure and background checks, and submit their proposals electronically by February 5, 2025, at 12:00 PM CST. For further inquiries, potential bidders can contact Andrea Whipple at andrea.whipple@ihs.gov or by phone at 605-268-2022.
    BPA Hardware at Pinon Health Center
    Buyer not available
    The Indian Health Service, part of the Department of Health and Human Services, is seeking suppliers for a Blanket Purchase Agreement (BPA) for hardware at the Pinon Health Center in Arizona. The procurement involves parts and supplies needed on an as-needed basis, with a performance period from January 1, 2025, to December 31, 2025. This opportunity is significant for small businesses, as it is set aside for them, and the selected vendor will be evaluated based on technical capability and price. Interested parties must submit their quotes by February 17, 2025, and ensure they have an active profile in the System for Award Management (SAM) at beta.SAM.gov. For further inquiries, contact Whitney Shorty at whitney.shorty@ihs.gov or call 928-725-9806.
    NCSU Dental X-Ray Machine
    Buyer not available
    The Indian Health Service (IHS) is seeking proposals for the procurement of a 3D Cone Beam X-Ray Machine, along with associated software, installation, and training services, through Request for Quote (RFQ) 75H709-NC25Q-001. This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance dental services at the Northern Cheyenne Service Unit in Lame Deer, Montana, by replacing an outdated machine that compromises image quality and patient safety. The selected contractor will be responsible for providing new equipment, ensuring compliance with federal regulations, and adhering to a delivery timeline of 60 days post-award. Interested parties must submit their quotes by January 10, 2025, and direct any inquiries to Vincent Hansen at Vincent.Hansen@ihs.gov by December 2, 2024.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide Licensing, Maintenance, and Support for IHS Great Plains Areawide Laboratory Information Systems. Period of Performance: 01/01/2025 - 12/31/2025.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to provide licensing, maintenance, and support for the Great Plains Areawide Laboratory Information Systems, with a contract period from January 1, 2025, to December 31, 2025. The procurement aims to establish a comprehensive solution that includes middleware support, compatibility with existing HL7 interfaces, and ongoing training and maintenance services to enhance clinical operations across IHS service units. This initiative is crucial for ensuring effective data exchange and standardization in healthcare technology within the Great Plains Area. Interested parties should respond to the Sources Sought notice by submitting their company information to David Jones at david.jones@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    SOURCES SOUGHT: Firm, fixed-price, non-personal services for Testing, Measuring, and Diagnostic Equipment Calibrations for the Great Plains Area OEHE
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking sources for firm, fixed-price non-personal services related to the calibration, performance testing, and repair of various Test, Measurement, and Diagnostic Equipment (TMDE) for the Great Plains Area. The objective is to ensure compliance with original equipment manufacturers' standards, including necessary firmware updates and repairs using certified parts, with a focus on supporting Indian Small Businesses Economic Enterprises (ISBEE) and other small businesses. This procurement is crucial for maintaining the operational integrity of medical equipment used in healthcare services, and interested vendors must submit capability statements by February 13, 2024, to demonstrate their qualifications. For further inquiries, vendors can contact Ms. Erin Doering at Erin.Doering@ihs.gov or by phone at 605-226-7662.
    Five Year BPA for Brand Name or Equal Henry Schein Dental Supplies, IHS, Phoenix Area Dental Clinics, Set-Aside Indian Small Business Economic Enterprises
    Buyer not available
    The Indian Health Service (IHS), Phoenix Area Office, is seeking proposals for a Five-Year Blanket Purchase Agreement (BPA) for Brand Name or Equal Henry Schein Dental Supplies, specifically set aside for Indian Small Business Economic Enterprises or Native-Owned Small Businesses under NAICS Code 339114. The procurement aims to standardize and optimize the supply of essential dental materials across nine service unit locations, ensuring timely delivery and comprehensive inventory management to support healthcare services for approximately 150,000 patients annually. Proposals must be submitted electronically by February 14, 2025, at 4:00 PM MST, and should include a completed price schedule, past performance references, and compliance with federal regulations, including registration in the System for Award Management (SAM). Interested parties can contact Donovan Conley at Donovan.Conley@ihs.gov for further information.