Dental Compressors and Vacuums
ID: IHS1507305Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Dental Equipment and Supplies Manufacturing (339114)

PSC

DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6520)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis and solicitation under RFQ # IHS1509137 for the procurement of dental compressors and vacuums, intended for a 100% Buy Indian set-aside. It outlines a request for quotes (RFQs) for two line items: 2 dental compressors and 2 dental vacuums, with a required delivery period of 15 days after receipt of order. Quotes must comply with the attached specifications and be submitted by February 24, 2025, to Contract Specialist Misti Bussell via email. Evaluation of the quotes will follow the Lowest Price Technically Acceptable method, considering both price and compliance with the specifications provided. Vendors offering alternative items must include descriptive literature demonstrating how their products meet or surpass the requirements. The document details required provisions and clauses from the Federal Acquisition Regulation (FAR) that apply to the solicitation, such as contract terms, ethics, and labor standards. Furthermore, contractors are obligated to register with the System for Award Management prior to contract award and must provide essential vendor information with their quotes. This RFQ emphasizes adherence to federal procurement guidelines while promoting economic opportunities for Indian-owned businesses.
    The Claremore Indian Hospital (CIH), under the Indian Health Service, seeks urgent procurement of dental compressors and vacuums due to failing existing equipment. The project outlines the need for two compressors akin to the Ramvac 8 User Compressor and two vacuums equivalent to the Ramvac 7 User Vacuum, specifying technical requirements such as user capacity, weight, and dimensions. The delivery and installation of the equipment are expected within 15 days post-award, with provisions for necessary accessories and training. Special requirements include adherence to security and tobacco-free policies, emphasizing the need for contractor personnel to comply with hospital guidelines during their presence on-site. The contractor must secure a designated point of contact for coordination and is responsible for providing all personnel and equipment required for the contract's execution. The document further highlights that any modifications to specifications must receive written authorization from the Contracting Officer. This procurement reflects the government's commitment to maintaining essential healthcare services through timely equipment upgrades.
    The Department of Health & Human Services' Indian Health Service is seeking self-certification from Offerors under the Buy Indian Act, which targets Indian Economic Enterprises. The document outlines that Offerors must confirm their status as an Indian Economic Enterprise at three key points: submission of an offer, contract award, and throughout the contract period. It emphasizes the necessity of maintaining this status and notifying the Contracting Officer if eligibility changes. Additionally, successful Offerors must register with the System of Award Management (SAM) and understand that submitting false information is a serious legal violation. The form requires the name of the IEE firm’s 51% owner and details of a Federally Recognized Tribal Entity. This initiative underlines the government's commitment to supporting Indigenous enterprises in federal contracting opportunities, ensuring compliance and eligibility are strictly maintained throughout the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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-owned businesses through a Buy Indian Set-Aside. 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. Interested vendors must submit their written quotes by February 26, 2025, with the contract covering a base year from March 15, 2025, to September 30, 2025. For further inquiries, vendors can contact Misti Bussell at misti.bussell@ihs.gov or call 918-342-6235.
    MOD #001 - One (1) Dental Provider - Santa Fe Indian Health Center - Outlying Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a qualified dental provider for the Santa Fe Indian Health Center and its outlying clinics. The procurement involves a firm-fixed-price contract for one dental provider, covering a base year with four optional renewal years, aimed at delivering comprehensive dental services including examinations and restorative procedures. This opportunity is critical for ensuring quality healthcare services to Indian populations, aligning with the IHS's mission to enhance health outcomes in tribal communities. Interested contractors must comply with the Buy Indian Act, self-certify their status as an Indian Economic Enterprise, and adhere to stringent background check requirements. For further details, potential bidders can contact Patricia P Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    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.
    BreathID Smart & IDKit Hp Two - Albuquerque Indian Health Center (AIHC)
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotations for the procurement of one BreathID Smart device and 50 IDKit Hp Two test kits for the Albuquerque Indian Health Center. This procurement aims to enhance diagnostic capabilities, providing high sensitivity and specificity for both adult and pediatric populations, thereby improving healthcare services for the local community. The contract will span one base year with four option years, adhering to Federal Acquisition Regulation guidelines and encouraging small business participation. Interested contractors must submit their quotations by February 21, 2025, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or by phone at 505-256-6755.
    Gallup Indian Medical Center - Air Compressor System Demo and Replacement
    Buyer not available
    Sources Sought HEALTH AND HUMAN SERVICES, DEPARTMENT OF INDIAN HEALTH SERVICE - Air Compressor System Demo and Replacement The Indian Health Service (IHS) is seeking capable sources to remove and install a new air compressor system for the Gallup Indian Medical Center (GIMC) Dental department in Gallup, NM. The anticipated delivery date will be 90 days from the date of award. This procurement falls under the NAICS code 333912 - Air and Gas Compressor Manufacturing. The government will evaluate market information to determine potential suppliers. Preference will be given to Indian economic enterprises in accordance with the Buy Indian Act. Interested parties must submit a capabilities package by Thursday, December 21, 2023, at 10:00 am MST. The primary point of contact is Mr. Stephen Silversmith, Contract Specialist, who can be reached at 505-726-8801 or Stephen.Silversmith@ihs.gov. The place of performance is the Gallup Indian Medical Center located at 516 E. Nizhoni Blvd, Gallup, NM 87301. This is not a solicitation.
    FBSU Certified Dental Assistant Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Certified Dental Assistant Services for the Fort Belknap Service Unit Dental Department in Harlem, Montana. This procurement aims to identify Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs) that can fulfill the requirements under the Buy Indian Act, emphasizing the importance of promoting economic development within Indian communities. Interested vendors must submit a capability statement demonstrating their qualifications, including experience and compliance with IEE definitions, within 15 days of the notice. For further inquiries, vendors can contact Vincent Hansen at Vincent.Hansen@ihs.gov.
    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.
    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.
    Preventive Maintenance - Medrad CT Contrast Injection System
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide preventive maintenance services for the Medrad Stellant FLEX CT Injection System at the Clinton Indian Health Center in Oklahoma. The procurement includes a base year and two option years for maintenance services, with requirements for authorization from Bayer, annual preventive maintenance, on-site service by a certified Bayer engineer, and technical support. This contract is crucial for ensuring the reliable operation of medical equipment that supports the care of eligible Native American patients. Quotes are due by March 5, 2025, with the performance period running from April 1, 2025, to March 31, 2028. Interested parties should contact Ronay Burns at Ronay.Burns@ihs.gov for further details.