Ophthalmic Equipment Service and Maintenance - Santa Fe Indian Health Center & Satellite Clinics
ID: 75H70726Q00017Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEALBUQUERQUE AREA INDIAN HEALTH SVCALBUQUERQUE, NM, 87110, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

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

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 (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.

    Point(s) of Contact
    Patricia P Trujillo
    (505) 256-6754
    (505) 256-6848
    patricia.trujillo@ihs.gov
    Files
    Title
    Posted
    The Indian Health Service (IHS) requires offerors to self-certify as an “Indian Economic Enterprise” (IEE) under the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought notices, RFIs, and resultant contracts. This certification must be maintained throughout the offer, award, and contract performance periods. Failure to meet IEE eligibility requires immediate written notification to the Contracting Officer. Contracting Officers may request documentation to verify eligibility for set-aside or sole-source contracts, and awards may be subject to protest. Additionally, successful offerors must be registered with the System for Award Management (SAM). Providing false information is punishable under 18 U.S.C. 1001, and false claims during contract performance are subject to penalties under 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287. The form requires the offeror to explicitly state whether they meet the IEE definition with “Indian Ownership” and includes spaces for the owner's name, certifying signature, print name, federally recognized tribal entity, business name, and DUNS number.
    The Indian Health Service (IHS) Past Performance Survey is a critical tool for evaluating contractor performance in federal healthcare contracts. It gathers detailed information on a contractor's past projects, including client details, contract value, performance period, and project managers. The survey includes open-ended questions to assess contract scope, complexity, relevance, and the contractor's planning, staffing, and adherence to timelines. Contractors are rated across several categories: Quality of Service (compliance, accuracy, technical excellence), Cost Control (forecasting, billing, efficiencies), Timeliness of Performance (milestones, reliability, delivery), Business Relations (management, cooperation, flexibility), and Customer Satisfaction (commitment, recommendation). A defined rating scheme (Excellent, Good, Acceptable, Marginal, Unacceptable) ensures objective evaluation, with an overall past performance rating influencing future contract awards. This sensitive document is not for public release.
    The Indian Health Service (IHS) Albuquerque Area Office is soliciting proposals (RFP 75H70726Q00017) for Ophthalmic Equipment Service and Maintenance at three New Mexico health centers: Santa Fe Indian Health Center, Santa Clara Health Center, and San Felipe Health Clinic. The contract will be a Firm-Fixed-Price (FFP) agreement, consisting of a 12-month base period and four 12-month option years, not to exceed five years in total. This acquisition is set aside for Indian Small Business Economic Enterprises (ISBEEs) as a first tier, with other small business concerns considered in a second tier if insufficient competition arises. Services include preventative maintenance, repairs, and detailed reporting, requiring technicians with industry-standard qualifications and liability insurance. Invoices must be submitted monthly via the Department of Treasury's Invoice Processing Platform (IPP).
    Lifecycle
    Similar Opportunities
    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.
    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.
    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.
    75H70626Q000010-100% set-side, IEE Firm Fixed Price, Non-Personal Temporary Optometrist services for the QNBMHF in Belcourt ND.
    Buyer not available
    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.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 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.
    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).
    Four (4) Medical Assistants - 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 proposals for four Medical Assistants to serve at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The Medical Assistants will be responsible for various patient care tasks, including screenings, specimen collection, vaccination assistance, and phlebotomy, with a requirement for candidates to have relevant qualifications and certifications. This procurement is part of a Buy Indian Set-Aside initiative, emphasizing the importance of supporting Indian Small Business Economic Enterprises, and will result in a single award with a base year and four option periods based on performance. Interested offerors must submit their proposals by January 2, 2026, 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.
    NOTICE OF INTENT: Operating Lease, Subscription, and Support for Eyecon 9420
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, is planning to negotiate a non-competitive firm-fixed-price contract for the operating lease, subscription, and support of the Eyecon Pill Counter 9420. This procurement is intended for services that are uniquely provided by Scriptpro USA Inc, as they are the only source capable of meeting the specific requirements for on-site operations at the Kayenta Service Unit in Arizona. The contract period is set from January 1, 2026, to December 31, 2026, and interested parties other than Scriptpro USA Inc may submit a capability statement by December 10, 2025, to Flora Washington at flora.washington@ihs.gov. It is important to note that this notice is not a solicitation, and the government retains discretion over whether to pursue a competitive procurement based on the responses received.
    Notice of Intent to Award
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
    Orthodontic Dental Assistant for the Albuquerque Indian Dental Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified businesses to provide orthodontic dental assistant services for the Albuquerque Indian Dental Clinic in New Mexico. The contract will require the provision of non-personal healthcare services for 27 hours per week over a period of 52 weeks. This opportunity is part of a market research effort to identify potential vendors, particularly those that qualify as Indian Economic Enterprises (IEE) under the Buy Indian Act, which emphasizes the importance of supporting Indian-owned businesses. Interested parties must submit their responses, including company information and the IHS IEE Representation Form, to Stephanie Begay at stephanie.begay3@ihs.gov by December 5, 2025, at 5:30 PM MST.