IEE Set Aside - Uninterruptable Power Supply for the Red Lake Hospital
ID: 75H70526Q00005Type: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the provision of Uninterruptable Power Supply (UPS) equipment for the Red Lake Hospital in Minnesota. This procurement is a 100% Indian Economic Enterprise (IEE) set-aside, aimed at supporting small businesses that qualify under the Buy Indian Act. The UPS units are critical for ensuring reliable power supply in healthcare settings, and the solicitation includes detailed technical specifications regarding the equipment's dimensions, electrical output, and communication features. Proposals are due by December 10, 2025, at 2:00 PM CST, and interested parties should contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation (75H70526Q00005) is a Request for Proposal (RFP) from the Indian Health Service for Uninterruptible Power Supply (UPS) hardware for the Red Lake Hospital in Red Lake, MN. The acquisition is set aside for small businesses under NAICS code 335999. The offer due date is December 10, 2025, at 1400 CT. The contract is a Firm-Fixed Price type, and payment will be made electronically via the Department of the Treasury's Invoice Processing Platform (IPP) within 30 days of a proper invoice. The solicitation specifies detailed technical requirements for the UPS units, including physical dimensions, electrical output and input, communication features, and environmental specifications. It also incorporates various Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulations (HHSAR) clauses by reference, including those related to electronic invoice submission and Indian Preference.
    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, RFIs, and resultant contracts. This certification must be maintained from the time of offer through the entire contract performance period. Contractors must immediately notify the Contracting Officer if they no longer meet IEE eligibility. Individual Contracting Officers may request documentation, and awards are subject to protest regarding eligibility. Successful offerors must also register with the System for Award Management (SAM). False or misleading information can lead to penalties under 18 U.S.C. 1001 for false statements and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims. The form includes a representation section for the offeror to confirm their IEE status, requiring the name of the 51% owner, certifying signature, printed name, federally recognized tribal entity, business name, and DUNS Number. The specific project referenced is for an Uninterruptible Power Supply for Red Lake Hospital, with solicitation number 75H70526Q00005.
    Lifecycle
    Similar Opportunities
    Belcourt RTU & Cabinet Replacement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project entails replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new Rooftop Unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a performance period of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, at 2:00 PM PST, and should direct any inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Toner Cartridges
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide various toner cartridges for the Rosebud IHS Hospital located in Rosebud, South Dakota. This procurement is part of a Sources Sought Notice (IHS-SS-26-1521396) aimed at gathering information to identify Indian Small Businesses Economic Enterprises (ISBEE), Indian Economic Enterprises (IEE), or other small businesses that can fulfill this requirement, with the potential for a set-aside acquisition. The anticipated NAICS code for this procurement is 325992, and the contract will be a firm fixed-price purchase order, requiring delivery within 60 days from the award date. Interested parties must submit their capability statements via email to Jarrod Cole at jarrod.cole@ihs.gov by December 09, 2025, at 11:00 a.m. Central Time, ensuring the Sources Sought Number is included in the subject line.
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    Sources Sought: IEE SMAART Medical Systems Inc PACS service and support
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Economic Enterprises (IEE) to provide service and support for the SMAART© Medical Systems Inc Picture Archiving and Communications System (PACS) across multiple healthcare facilities in the Great Plains Area. The primary objective is to ensure connectivity to the PACS data center, including software updates and the provision of cloud-based image sharing capabilities, while maintaining compatibility with existing SMAART© systems. This procurement is critical for enhancing the efficiency and functionality of healthcare services provided to Indian Health Service facilities, with a firm fixed price purchase order anticipated for a base period starting January 1, 2026, and extending through multiple option years. Interested parties must submit their capability statements by December 5, 2025, to Erin Doering at Erin.Doering@ihs.gov, and must self-certify their status as an Indian Firm under the Buy Indian Act.
    Pine Ridge Multi Phase Door Replacement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi-Phase Door Replacement project located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and requires adherence to specific construction standards and regulations, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by December 17, 2025, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or by phone at 206-615-2452.
    BFSU Utility - Electricity Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Glacier Electric for the provision of electricity services to the Blackfeet Service Unit in Browning, Montana. The contract, valued at $245,000, will cover essential electrical services for medical facilities and government housing, ensuring reliable power supply to support local health and welfare needs. This procurement reflects the federal government's commitment to enhancing healthcare infrastructure on the Blackfeet Reservation, with the contract duration set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within 7 days of this notice.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.