This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued.
The Indian Health Service (IHS), Portland Area Office (PAO), Yakama Service unit (YSU), dental department has a requirement for name brand equipment, in Toppenish, Washington.
Solicitation number 75H71325Q00025 dental equipment and installation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2025-03.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339114 with a business size standard of 750.
Prospective Offerors are invited to submit quotes in reference to the solicitation cited above. The quote should include, at a minimum, the following:
1. Complete pricing table. (attached)
2. Estimated delivery date, ARO.
3. Completed & signed Indian Small Business Economic Enterprise Representation Form (ISBEE).
4. UEID number & cage code, associated with SAM registration.
5. Payment terms for a federal government procurement award.
6. Vendor point of contact’s full name, title, email address and direct phone number.
Set-Aside:
Under the Buy Indian Act, 25 U.S.C. 47, through the transfer of authority from the Department of Interior to HHS, offers will be solicited from Indian Small Business Economic Enterprises (see HHSAR Subpart 326.6) that are also small business concerns. If IHS does not receive enough competition and/or reasonably priced offers from ISBEE set-aside, IHS will then evaluate quotes and consider for award to other small business concerns. Any acquisition resulting from this 2-tier cascading set-aside will be as follows:
1st Tier: Indian Small Business Economic Enterprises
2nd Tier: Other Small Business Concerns
ONLY ONE AWARD WILL RESULT FROM THIS SOLICITATION.
Other Details
SAM Requirement - This solicitation requires registration with the sam.gov prior to award, pursuant to applicable regulations and guidelines. Registration can be found at https://www.sam.gov. Vendor must have an active UEI number.
Invoicing – Invoices submitted under an 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 Payments Requests (FEB 2022).
Payment – All payments by the Government under an award shall be made by electronic funds transfer (EFT), per FAR 52.232.33 (OCT 2018).
The Contract Line Items (CLINs) structure is as shown below.
CLIN 0001: A-DEC 511 – Chairs, 12 EA, Unit Price ____, Total Price ______
CLIN 0002: A-DEC 532 – TRAD Delivery System, 12 EA, Unit Price ____, Total Price ______
CLIN 0003: A-DEC 551 – Asst Instrumentation,12 EA, Unit Price ____, Total Price ______
CLIN 0004: A-DEC 575L - LED Dental Light, 12 EA, Unit Price ____, Total Price ______
CLIN 0005: A-DEC 521 – Doctor Stool, 12 EA, Unit Price_____, Total Price_____
CLIN0006: A-DEC 522 – Dental Assistant Stool, 12 EA, Unit Price____, Total Price_____
CLIN 0007: Installation of Equipment, Total Price ______
CLIN 0008 Blanketwrap – Blanket Wrap Service Total Price______
GRAND TOTAL (ALL OR NONE) _____________________
*See the attached statement of work for details.
The purpose of this acquisition is to purchase replace twelve (12) dental chairs and twelve (12) delivery units, including the mentioned items above, at the Yakama Service Unit, located in Toppenish, WA. This is a brand name requirement. Only manufacture certified original and new equipment should be quoted (See attached Statement of Work for details).
Delivery and acceptance terms for this order is FOB Destination. Delivery Address: Yakama Service Unit, 401 Buster Road, Toppenish, Washington 98949. (Attn: LCDR Adriel Perry)
Question submission: Interested offerors must submit any questions concerning this solicitation no later than 12:00 pm (PST) on 04/17/2025. All questions must be submitted by email to the Contracting Officer’s Representative (COR) by email to: Ryan.Pett@ihs.gov, with a courtesy copy to Morningstar.Smith@ihs.gov, include identifier “75H71325Q00025” in the subject line.
Quotes are due by 12:00 PM (PST) on 04/28/2025. Email the quote and the self-certification form (ISBEE) to Morningstar.Smith@ihs.gov.
Quoter must confirm IHS' receipt of their quote and include identifier “75H713Q00025” in the subject line of the email submission.