SOURCES SOUGHT
65 -- Source Sought Seeking ISBEE and/or IEE contractors to purchase Brand Name Only, Welch Allyn: Non-Invasive Blood Pressure Monitor W/A Connex ProBP 3400 w-SureBP Equipment Supplies Accessories & Warranty f-IHS WWKMHC, Sisseton SD
- Notice Date
- 7/17/2025 10:47:24 AM
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- SS_IHS1514684
- Response Due
- 7/31/2025 7:00:00 AM
- Archive Date
- 08/15/2025
- Point of Contact
- Ursula Maslonka, Phone: 6052267274
- E-Mail Address
-
ursula.maslonka@ihs.gov
(ursula.maslonka@ihs.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
- Description
- Sources Sought: Brand Name Only, Welch Allyn: Non-Invasive Blood Pressure Monitor, W/A Connex ProBP 3400 with SureBP, supplies, equipment, accessories and warranty. Sources Sought Notice Number: IHS1514684 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 Small Businesses Economic Enterprise (ISBEE) and/or 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 423450, Medical, Dental and Hospital Equipment and Supplies Merchant Wholesalers - other relevant NAICS codes will be considered based on responses received. BACKGROUND The Indian Health Service (IHS), Great Plains Area (GPA) location, located in Aberdeen, SD plans to identify potential sources that can provide brand name only medical equipment and supplies. The purpose of this request is to identify potential ISBEE and/or IEE vendors or contractors to purchase and deliver new brand name only, Welch Allyn: Non-Invasive Blood Pressure Monitor, W/A Connex ProBP 3400 with SureBP, supplies, equipment, accessories and warranty. The equipment is for the IHS, Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD. OBJECTIVE The primary objective of this project is to secure the purchase and delivery of a new brand name only, Welch Allyn: Non-Invasive Blood Pressure Monitor, Welch Allyn Connex ProBP 3400 with SureBP to accommodate the IHS, Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD. SCOPE See attached Specifications and Statement of Work for a brand name only, Welch Allyn: Non-Invasive Blood Pressure Monitor, Welch Allyn Connex ProBP 3400 with SureBP equipment & accessories identified below: EQUIPMENT: - Non-Invasive Blood Pressure Monitor, Welch Allyn Connex ProBP 3400 with SureBP: Item # 34XFHT-B - Carrying Case, ProBP 3400 Soft, Item # 3400-300 - Non-Invasive Blood Pressure Cuff, Welch Allyn Small Adult, Item # Reuse-10 - Non-Invasive Blood Pressure Cuff, Welch Allyn Child, Item # Reuse-09 - Calibration Service Tool, Welch Allyn Gold Series, Item # CSMREPW-TRN - Warranty: 1 year Technical Specifications Physical specifications Performance This section describe normal ranges for the ProBP 3400 device. Blood Pressure Accuracy Blood pressure accuracy meets or exceeds ANSI.AAMI SP10:2002 standards for noninvasive blood pressure accuracy (�5 mmHg mean error, 8 mmHg standard deviation). Blood pressure accuracy is validated for pressure measurement using the upper arm only. Cuff pressure range 0 to 300 mmHg Systolic range 60 to 250 mmHg Diastolic range 30 to 160 mmHg Mean Arterial Pressure (MAP) range MAP is a calculated reading that yields an approximate value. 40 to 190 mmHg Pulse rate range 35 to 199 bpm Pulse rate accuracy �5.0% Overpressure cutoff 300 mmHg Mechanical specifications Dimensions Height: 15.0 cm (5.91 inches) Width: 8.0 cm (3.15 inches) Depth: 5.6 cm (2.20 inches) Weight 450 g (0.99 lb) Mounting Custom mobile stand Custom wall mount Custom desk mount Portability May be used as a handheld device Electrical specifications Power requirements: Input: 100-240VAC, 0.18A, 50-60Hz Output: 5VDC, 0.5A Degree of protection: Type BF applied part Safety classification: Class II Internally powered: Propriety 3.6V lithium-ion battery Protection against the ingress of water: IPX� Safety mode of operation: Continuous operation Standards: This device complies with the following standards: EN/IEC 60601-1 EN/IEC 60601-1-2 EN/IEC 80601-2-30 This device was clinically investigated to the requirements of ISO 81060-2:2013 IEC 62304 EN 1060-1:1996 Specification for non-invasive sphygmomanometers - Part 1: General requirements EN 1060-3:1997 Specification for non-invasive sphygmomanometers - Part 3: Supplementary requirements for electro-mechanical blood pressure measuring systems FCC Subpart 15C FCC ID #PI4411B, IC 1931B-BTM411 Environmental specifications WARNING Fire and explosion hazard. Do not operate the device in the presence of a flammable anesthetic mixture with air, oxygen, or nitrous oxide; in oxygenenriched environments; or in any other potentially explosive environment. CAUTION Use the device within stated operating temperature ranges. The device will not meet performance specifications if used outside these temperatures ranges. Operating temperature 10�C to 40� C (50� to 104� F) Storage temperature -20�C to 50� C (-4� to 122� F) Operating altitude -170 to 4877 m (-557 to 16,000 ft.) Operating humidity 15 to 90% Storage altitude -170 to 4877 m (-557 to 16,000 ft.) Storage humidity 15 to 95% (noncondensing) Product disposal Customers must adhere to all federal, state, regional, and/or local laws and regulations as pertains to the safe disposal of medical devices and accessories. If in doubt, the user of the device shall first contact Hillrom Technical Support for guidance on safe disposal protocols. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS (Not APPLICABLE) TYPE OF ORDER This is a firm fixed-price, commercial item, purchase order 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. ANTICIPATED PERIOD OF PERFORMANCE Period of Performance: Delivery shall be made 90 days after the award. PLACE OF PERFORMANCE IHS - Woodrow Wilson Keeble Memorial Health Care Center Attn: Biomed 100 Lake Traverse Dr, Sisseton, SD 57262 *Loading dock is available REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE Delivery shall be made 90 days after the award is distributed. PAYMENT INVOICE SUBMISSION AND PAYMENT Invoice Processing Platform (IPP) The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system. 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 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 Should the contractor feel that use of the IPP would be unduly burdensome, their response to this solicitation should include an explanation of this position for a determination by the contracting officer. Additional Information: Anticipated Period of Performance: Period of Performance shall not be applicable but a delivery timeframe will be issued. Capability Statement/Information: B1. 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. B2. Interested parties are expected to review this notice to familiarize itself 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: 1. Company Name and Company SAM Unique Entity identifier (UEI) number. 2. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov . 3. Name, Telephone number and E-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives. 4. Date Submitted 5. Applicable company GSA Schedule number or other available procurement vehicle. 6. Business Size Standard of Company (i.e. small business, 8(a), Woman owned, veteran owned, etc.). 7. Capability Statement: Detailed capability statement addressing the company�s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 8. Geographic Coverage: Please identify the areas of the United States where your organization provides this supplies/equipment. 9. References: Provide a list of all private industry or government contracts for similar items that you have delivered within the last 3 years. Please include the customers� contact names, addresses, telephone number, dollar value of contract, and brief description of the supplies provided on the contract. 10. Specifications: Provide evidence that you can meet the attached Specifications. 11. Delivery/Logistics: Provide evidence that the item is readily available and can meet the Delivery timeframe. 12. Warranty: Provide evidence that the item has warranty options. 13. If American Indian/Native American owned small business, then complete attached IEE Representation Form. C Closing Statement C1. Point of Contact: Ursula Maslonka, Contract Specialist, at Ursula.Maslonka@ihs.gov C2. Submission Instructions: Interested parties shall submit capability via email to Ursula Maslonka, Contract Specialist, at Ursula.Maslonka@ihs.gov; the following information: Sources Sought Number IHS1514684 in the Subject line. The due date for receipt of statements is July 31, 2025, 9:00 am Central Time. All responses must be received by the specified due date and time in order 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 on the basis of 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 as a result 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/58e9343a602743358785dc82d25c293c/view)
- Place of Performance
- Address: Sisseton, SD 57262, USA
- Zip Code: 57262
- Country: USA
- Zip Code: 57262
- Record
- SN07515021-F 20250719/250717230100 (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 |