Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide a cost-per-reportable result (CPRR) ID/IQ contract for Automated Urine Chemistry and Urine Microscopic instrumentation for the Pine Ridge Service Unit (PRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota and Turtle Mountain Service Unit (TMSU), Quentin N. Burdick Memorial Health Care Facility (QNBMHCF), Belcourt, North Dakota. POP: One year from the date of award and base plus four option years.
Sources Sought Notice Number: IHS1513182
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, 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 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 334516 (Analytical Laboratory Instrument Manufacturing) - other relevant NAICS codes will be considered based on responses received.
1.0 BACKGROUND
Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide a cost-per-reportable result (CPRR) ID/IQ contract for Automated Urine Chemistry and Urine Microscopic instrumentation for the Pine Ridge Service Unit (PRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota and Turtle Mountain Service Unit (TMSU), Quentin N. Burdick Memorial Health Care Facility (QNBMHCF), Belcourt, North Dakota.
2.0 OBJECTIVE
The primary objective of this project is to provide a cost-per-reportable result (CPRR) ID/IQ contract for Automated Urine Chemistry and Urine Microscopic instrumentation.
3.0 SCOPE
See attached.
4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS
The contractor is required to follow all federal, state, and local requirements regarding the rental and leasing of Other Commercial and Industrial Machinery and Equipment.
5.0 TYPE OF ORDER
This is a Firm Fixed-Price (FFP) purchase order.
6.0 ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: One year from the date of award; base plus four option years.
7.0 PLACE OF PERFORMANCE
Pine Ridge Service Unit (PRSU), Pine Ridge IHS Hospital, East Highway 18, Pine Ridge, SD 57770, phone # (605) 867-5131; and Turtle Mountain Service Unit (TMSU), Quentin N. Burdick Memorial Health Care Facility (QNBMHCF), Belcourt, North Dakota 58316.
8.0 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 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.
Please contact the IPP Helpdesk at (866) 973- 3131 (M-F, 8 AM to 6 PM ET) or IPPCustomerSupport@fiscal.treasury.gov if you need assistance registering or accessing your IPP account.
9.0 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:
1. A general overview of the respondents' opinions about the potential requirement's difficulty and/or feasibility and any information regarding innovative ideas or concepts.
2. Information in sufficient detail of the respondent’s (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information.
3. To be considered capable of fulfilling this requirement, evidence of an Offeror's ability to fully satisfy the requirements described above must be provided.
4. The respondents' Unique Entity Identifier (UEI) number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code 334516 (Analytical Laboratory Instrument Manufacturing) or comparable NAICS.
5. Any other information that may help develop or finalize the requirements of the potential acquisition.
6. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single space and using a 12-point font size minimum in either Microsoft Word or Adobe Portable Document Format (PDF), with 8 1/2 by 11-inch paper size and 1 inch top, bottom, left, and right margins.
7. All proprietary information should be marked as such. Statements should also indicate current certified small business status; this indication should be marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by IHS personnel and will be held confidential.
Closing Statement
Point of Contact: David Jones, Contract Specialist at David.Jones@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to David Jones, Contracting Specialist, at David.Jones@ihs.gov. Must include Sources Sought Number IHS1513182 in the Subject line. The due date for receipt of statements is June 17, 2025, at 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 obligation by IHS.
IHS does not intend to award a contract based on responses or 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 due to 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 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 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 not obligated to acknowledge receipt of the information received or provide feedback to respondents concerning any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on 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.