BPA for surgical items
ID: 02202025BPAType: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEOK CITY AREA INDIAN HEALTH SVCOKLAHOMA CITY, OK, 73114, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Combined Synopsis/Solicitation RFQ # 02202025BPA seeks quotes for commercial items specifically designated for Indian enterprises, adhering to federal acquisition regulations. The contract will cover a base year from March 15, 2025, to September 30, 2025, for which vendors must submit written quotes by February 26, 2025, at 1:00 PM CST. The evaluation criteria prioritize the Lowest Price Technically Acceptable, meaning vendors must present competitive quotes while meeting all specified requirements. Only authorized representatives or resellers of Arthrex products may respond, and proposals must include a pricing schedule in the correct order. Additional provisions and clauses from the Federal Acquisition Regulation, including requirements for ethical conduct and employment rights, apply to this solicitation. All bidders must be registered in the System for Award Management (SAM) prior to contract award and provide detailed technical documentation. Ultimately, this solicitation exemplifies the government’s commitment to procuring quality services while promoting Indian-owned businesses within federal contracting frameworks.
    The document outlines the representation form associated with the Buy Indian Act, an initiative from the Indian Health Service within the Department of Health and Human Services. It mandates that offerors self-certify their status as "Indian Economic Enterprises" when responding to solicitations or requests for information (RFI). Key stipulations include maintaining this status throughout the offer, contract award, and contract performance periods. If an enterprise's eligibility changes, it must promptly inform the Contracting Officer. Furthermore, offerors must be registered with the System of Award Management (SAM) and are advised that submitting false information may lead to legal penalties. The representation section must be completed to indicate whether the business meets the eligibility criteria, including the name of the owner and tribal affiliation. This document serves to ensure compliance with the Buy Indian Act, promoting business opportunities for Indian-owned enterprises in federal contracting.
    The government document lists various medical equipment and supplies primarily related to biologics, upper extremity, and foot & ankle and trauma services. It includes a detailed inventory of items such as rotors, pumps, guide pins, reamers, screws, and nailing systems, provided with corresponding product codes and item descriptions for procurement purposes. The items are categorized according to their application in medical procedures, emphasizing a wide range of instruments necessary for surgeries and treatments in trauma and biological fields. The purpose of this document aligns with government RFPs and grant processes, facilitating procurement by healthcare institutions and ensuring the availability of critical medical devices. The structured format allows for easy reference, making it practical for suppliers to understand the full requirements. Overall, this file serves as a vital resource for healthcare providers seeking to acquire necessary equipment through government funding or supported procurement initiatives.
    The document addresses a key procedural question within a government procurement context, specifically regarding the quoting process for an unspecified project. It clarifies that although only the first 150 items will be utilized for pricing comparison, all items must be quoted. This emphasizes the necessity for comprehensive documentation and understanding when submitting proposals, ensuring that all elements are accounted for despite limitations in the final comparison. The outline reveals a structured Q&A format aimed at preventing misunderstandings between government entities and vendors during the proposal and quoting phases. Overall, this guidance underscores meticulous adherence to quoting requirements as a critical component of the bidding process in federal and state/local requests for proposals.
    Lifecycle
    Title
    Type
    BPA for surgical items
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Dental Compressors and Vacuums
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for the procurement of dental compressors and vacuums under a Buy Indian set-aside initiative. The requirement includes two dental compressors and two dental vacuums, with a delivery timeline of 15 days following the receipt of the order, to support the Claremore Indian Hospital's urgent need for equipment replacement due to failing existing units. This procurement is critical for maintaining essential dental healthcare services, ensuring that the facility can continue to provide quality care to the community. Interested vendors must submit their quotes by February 24, 2025, to Contract Specialist Misti Bussell at misti.bussell@ihs.gov, and comply with all federal procurement guidelines, including registration with the System for Award Management.
    BLANKET PURCHASE AGREEMENT FOR A VARIETY OF HP TONERS AND SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to establish a Blanket Purchase Agreement for a variety of HP toners and supplies. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to support the operational needs of the Navajo Area Indian Health Service located in Shiprock, New Mexico. The goods procured under this agreement are essential for maintaining office operations and ensuring the availability of necessary supplies for healthcare services. Interested vendors must ensure compliance with the Buy Indian Act and submit the required representation form, with a contract duration of two years and an option for two additional years, allowing for a call limit of $75,000 per year. For further inquiries, vendors can contact Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov.
    BUY INDIAN SET-ASIDE - IT COMPUTER BUY FOR OKLAHOMA IHS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the procurement of Dell computer equipment under a Buy Indian Set-Aside initiative for the Oklahoma City Area Indian Health Service. The procurement includes a range of items such as laptops, desktop units, monitors, and peripherals, with a total of eight line items specified in the solicitation. This initiative aims to replace outdated systems and enhance operational effectiveness in providing healthcare services to Native American populations. Interested vendors must submit written quotes by February 27, 2025, and ensure compliance with Federal Acquisition Regulation guidelines, including registration in the System for Award Management. For further inquiries, vendors can contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or by phone at 405-951-3888.
    Dental Equipment for IHS, Catawba Service Unit
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for the procurement of a Dental Washer-Disinfector for the Catawba Service Unit located in Rock Hill, South Carolina. The primary objective is to supply and install a new washer, ensuring the removal of the existing unit and providing necessary staff training on its operation, with completion expected within 60 days post-award. This procurement is significant as it supports the enhancement of dental services for American Indian and Alaskan Native communities, aligning with federal commitments to improve healthcare resources. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises, must submit their quotes by February 24, 2025, and can direct inquiries to Courtney Davis at courtney.davis@ihs.gov or by phone at 629-248-4259.
    Manikins
    Buyer not available
    The Indian Health Service (IHS), specifically the Navajo Area Indian Health Service, is seeking qualified suppliers for manikins under a sources sought notice. This procurement aims to identify potential vendors capable of providing these medical supplies, classified under NAICS code 339999, as part of a broader strategy to enhance healthcare services in the region. The manikins are essential for training and educational purposes within healthcare settings, contributing to improved medical care delivery. Interested businesses, particularly those qualifying as Indian Economic Enterprises (IEEs), must submit their qualifications, including ownership details and capability statements, by February 24, 2025. For further inquiries, interested parties can contact Arlynda Largo at Arlynda.largo@ihs.gov or Janice Martinez at Janice.Martinez@ihs.gov.
    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.
    Request for Quote IHS1504496 - Chinle Mobile Breast Ultrasound Services
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting quotes for mobile breast ultrasound services under Request for Quote IHS1504496, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to provide approximately 48 clinic visits annually at the Chinle Comprehensive Health Care Facility in Chinle, Arizona, from July 23, 2025, to June 22, 2026, emphasizing the need for qualified sonographers and radiologists who possess the necessary licenses and certifications. This initiative is crucial for addressing the healthcare needs of American Indians and Alaska Natives, ensuring culturally sensitive care while adhering to IHS standards. Interested vendors must submit their offers by March 6, 2025, and can direct inquiries to Tanya Begay at tanya.begay2@ihs.gov or by phone at 928-674-7635.
    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.
    ScriptPro Equipment, Service, and Maintenance - Whiteriver Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the lease and maintenance of a medication dispensing system at the Whiteriver Service Unit in Arizona. The system must be compatible with existing ScriptPro equipment and is intended to enhance pharmaceutical services for approximately 17,000 tribal members, supporting various departments including outpatient and emergency pharmacies. This procurement aligns with federal objectives to improve healthcare delivery among Native American populations and includes provisions for maintenance, service, and training over a 48-month period. Interested contractors must self-certify as an Indian Economic Enterprise under the Buy Indian Act and can contact Dekovan Cook at Dekovan.Cook@ihs.gov or 602-364-5018 for further details.