SOURCES SOUGHT
99 -- Firm-Fixed-Price Service and Maintenance for various Hologic imaging equipment and peripherals throughout the Great Plains Area
- Notice Date
- 7/14/2025 3:09:58 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- IHS1515917
- Response Due
- 7/29/2025 10:00:00 AM
- Archive Date
- 08/13/2025
- Point of Contact
- Mona Weinman, Phone: 6059455427
- E-Mail Address
-
mona.weinman@ihs.gov
(mona.weinman@ihs.gov)
- Small Business Set-Aside
- IEE Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services)
- Description
- Sources Sought: Firm-Fixed-Price type to provide comprehensive maintenance service and support on various imaging equipment manufactured by Hologic located at multiple facilities within the region served by the Great Plains Area Indian Health Service (SD, ND, IA, NE). Sources Sought Notice Number: IHS1515917 This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service. This notice is intended strictly for market research to determine the availability of Indian Economic Enterprises (IEE). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 811210, Electronic and Precision Repair and Maintenance. 1.0 BACKGROUND The Indian Health Service (IHS), Great Plains Area (GPA) plans to identify potential IEE sources to provide comprehensive maintenance service and support on various imaging equipment manufactured by Hologic located at multiple facilities within the region. 2.0 OBJECTIVE The objective of this notice is to obtain information regarding the availability and capability of all IEE sources who feel that they can meet the requirements outlined in the attached statement of work (SOW) and Existing Equipment Listing. 3.0 SCOPE Calibration/ Preventive Maintenance: The service to be performed by the contractor under this contract and for the bid price shall include ALL parts, labor, tools, equipment, literature, transportation, per diem necessary to provide complete calibration/preventive maintenance and mechanical/electrical safety testing as recommended by the original equipment manufacturer (OEM) and required by the Center for Medicare and Medicaid Services and various accrediting bodies. Only new or original equipment manufacturer (OEM) certified replacement parts will be used for the replacement of any component found defective. The Contractor shall submit, upon issuance of the contract, a schedule showing the dates of future/scheduled services per the OEM recommended and/or statutorily required intervals. This schedule will comply with the interval/time definitions of TJC Environment of Care accreditation standards. All services are to be performed within the windows prescribed by CMS, TJC, DNV-GL and other accrediting entities: � Quarterly: once every three months +/- 10 days � Semi-annual: 6 months from the last scheduled event month +/- 20 days � Annual: 12 months from the last scheduled event month +/- 30 days Unscheduled Maintenance and parts: Unscheduled maintenance, repair, emergency call back, recall, modification, breakdown repair is covered under this contract, except as specifically listed under C-4 Exclusions in the Statement of Work. The contractor will provide at no additional cost to the Government all parts, labor, tools, equipment, literature, transportation and per diem necessary to provide complete repair of all unscheduled maintenance requirements. Only new or original equipment manufacturer (OEM) certified replacement parts will be used for the replacement of any component found defective. Glassware: Glassware coverage, to include x-ray tubes, detectors, and other parts typically associated with, or commonly referred to as �glassware�, will be covered on a non-prorated basis. Removal: At no time shall the contractor remove, or cause to be removed, any device, operation option, or accessory from the healthcare clinic, hospital, or health station without express written consent from the Contracting Officer Representative or Clinical Engineering. 4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS Refer to the Statement of Work (SOW). 5.0 TYPE OF ORDER This is a firm fixed-price, commercial purchase order for medical equipment and supplies. The unit price is an all-inclusive cost. All ""inclusive cost"" is defined to include travel, lodging, per diem, fringe benefits, i.e., life insurance, social security, federal, state, and local taxes, plus all other costs pertinent to the performance of this purchase. 6.0 ANTICIPATED PERIOD OF PERFORMANCE Period of Performance: Award of contract with four (4), one (1) year option periods. 7.0 PLACE OF PERFORMANCE Multiple facilities within the region served by the Great Plains Area Indian Health Service including but not limited to the following: FACILITY HOURS OF OPERATION Cheyenne River Health Center Eagle Butte Hospital 24276 166th Street, Airport Rd, PO Box 1012, Eagle Butte, South Dakota 57625 Phone: 605-964-7724 24/7 Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. MST Fort Thompson Service Unit Fort Thompson IHS Health Center 1323 BIA Route 4, PO Box 200, Fort Thompson, South Dakota 57339 Phone: 605-245-1500 MON - FRI 8:00 a.m. - 4:30 p.m. CST Great Plains Area Regional Drug Dependency Unit 113 South Bluff Street, Winnebago, Nebraska 68071 Phone: 402-878-3800 24/7 SUN - SAT 8:00 a.m. - 5:00 p.m. CST Great Plains Area Youth Regional Treatment Center PO Box 680, Mobridge, South Dakota 57601 Phone: 605-845-7181 Lower Brule Service Unit Lower Brule Indian Health Center 601 Gall St, Lower Brule, South Dakota 57548 Phone: 605-473-5526 MON, TUE, THU, FRI 8:00 a.m. - 4:30 p.m. MST WED 12:15 p.m. - 4:30 p.m. MST Pine Ridge Service Unit Kyle Health Center P.O. Box 540, Kyle, South Dakota 57752 Phone: 605-455-2451 MON - FRI 7:00 a.m. - 5:30 p.m. MST Pine Ridge Service Unit Pine Ridge Hospital P.O. Box 1201, East Highway 18, Pine Ridge, South Dakota 57770 Phone: 605-867-5131 24/7 Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. MST Pine Ridge Service Unit Wanblee Health Center 210 First Street, P.O. Box 290, 100 Clinic Drive, Wanblee, South Dakota 57577 Phone: 605-462-6155 MON - FRI 7:30 am - 6:00 pm MST Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. MST Rosebud Service Unit Rosebud Comprehensive Health Care Hospital 400 Soldier Creek Dr. Rosebud, South Dakota 57570 Phone: 605-747-2231 24/7 Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. MST Standing Rock Service Unit Fort Yates Hospital 10 Standing Rock Avenue, P.O. Box J, Fort Yates, North Dakota 58538 Phone: 701-854-3831 MON - FRI 8:00 a.m. - 4:30 p.m. MST On-Call: MON - FRI 4:30 p.m. - 8:00 a.m. MST SAT - SUN On-Call Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. MST Standing Rock Service Unit McLaughlin Health Center 701 East 6th St., PO. Box 879, McLaughlin, South Dakota 57642 Phone: 605-823-2610 MON - FRI 8:00 a.m. - 4:30 p.m. MST Turtle Mountain Service Unit Quentin N. Burdick Memorial Health Care Facility 1300 Hospital Loop, Belcourt, North Dakota 58316 Phone: 701-477-6111 24/7 Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. CST Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) 100 Lake Traverse Drive, Sisseton, South Dakota 57262 Phone: 605-698-7606 MON - FRI & Holidays 8:00 a.m. - 8:00 p.m. CST SAT - SUN 1:00 p.m. - 5:00p.m. CST Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. CST Yankton Service Unit Wagner Indian Health Center 111 Washington Ave NW, Wagner, South Dakota, 57380 Phone: 605-384-3621 MON - FRI 8:00 a.m. - 5:00 p.m. CST 8.0 Tour of Duty: Hours of Performance: Unless otherwise stated, or negotiated, work shall be performed Monday through Friday, 8am to 5pm excluding weekends and holidays. 9.0 PAYMENT INVOICE SUBMISSION AND PAYMENT In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests. IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury�s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is already registered to use IPP, you will not be required to re-register, however, we encourage you to make sure your organization and designated IPP user accounts are valid and up to date. The IPP website address is: https://www.ipp.gov. If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov. The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no Gray Market Goods or Counterfeit Electronic Parts shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEMs) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. 10.0 Capability Statement/Information: Interested parties are expected to review this notice to familiarize themselves with the requirements of this project. Failure to do so will be at your firm�s own risk. The following information shall be included in the capability statement: Company name, address, email address, website address, telephone number, and business size (i.e., small business, 8(a), woman owned, veteran owned, etc.) and type of ownership for the organization. Company Point of Contact�s Name, telephone number, and e-mail address. Company POC shall have the authority and knowledge to clarify responses. System for Award Management (SAM) Unique Entity Identifier (UEI) number, expiration, and registration status. All respondents must register on the SAM located at http://www.sam.gov . Applicable company GSA Schedule number or other available procurement vehicle. Capability Statement: Detailed capability statement addressing the company�s qualifications and ability to provide the requirements listed in the Statement of Work, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Experience: Provide a list of 3-5 private industry or Government contracts for the same services that you have performed within the last 3 years. For each contract, include the company�s Point of Contact�s name, email address, telephone number, dollar value of contract, and description of the services provided on the contract. The Government may contact these entities to conduct past performance checks. Reference letters accepted. Staffing Levels: Provide evidence your company has adequate levels of qualified healthcare provider staff to meet the Qualifications and Requirements listed in the Performance Work Statement (PWS). Staffing Capability: Provide the last time you successfully placed a provider in a contract position. Provide detailed information such as name, email address, telephone number, dollar value of contract, and description of the services provided on the contract. Technical Capability: Provide a response to how the company will respond to staff shortages / absenteeism / replacement in providing services. If American Indian/Native American owned small business, then complete attached IEE Representation form. The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no Gray Market Goods or Counterfeit Electronic Parts shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEMs) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. 11.0 Closing Statement Point of Contact: Mona Weinman, Contract Specialist, Email: mona.weinman@ihs.gov Submission Instructions: Interested parties shall submit capability via email to mona.weinman@ihs.gov, Contract Specialist. Must include Sources Sought Number IHS1515917 in the Subject line. The due date for receipt of statements is July 28, 2024, 12:00 p.m. Central Time. All responses must be received by the specified due date and time to be considered. This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS. IHS does not intend to award a contract based on responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise because of a response to this notice or IHS�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2cdef655b665406da2a8099a483e923c/view)
- Place of Performance
- Address: Aberdeen, SD 57401, USA
- Zip Code: 57401
- Country: USA
- Zip Code: 57401
- Record
- SN07508808-F 20250716/250714230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |