Sources Sought: Laboratory Refrigeration CU. FT Capacity Premier Glass Door.
Sources Sought Notice Number: IHS1510641
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 334516 Analytical Laboratory Instrument Manufacturing - 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 of a new, Laboratory Refrigeration CU. FT Capacity Premier Glass Door for the IHS Quentin N. Burdick Memorial Healthcare Facility, Belcourt, ND.
2.1 OBJECTIVE
The primary objective of this project is to secure the purchase and delivery of a new, Laboratory Refrigerator for the IHS Quentin N. Burdick Memorial Healthcare Facility to accommodate the IHS healthcare facility.
- SCOPE
See attached Specifications and Statement of Work for Laboratory Refrigerator: Up-right 49 Cu-ft, Capacity Premier Glass Door Laboratory Refrigerator equipment identified below:
- 49 Cu. Ft. capacity
- Eight adjustable shelves (adjustable in ½” increments)
- Forced draft air circulation
- Keyed door lock
- Magnetic door gasket for positive seal
- Heavy duty door handles
- LED interior lights are safety shielded and switch controlled
- Swivel casters (adds 4″ to height)
- HFC-free refrigerant (R290), foam insulation and packaging
- Two year parts and labor warranty, plus an additional three year compressor parts warranty
- Exterior dimensions:
Width: 54 1/4″
Depth: 31″
Height: 82 5/8” with casters; 78 5/8” without casters
- Cycle defrost
- 115V, 60 Hz, 8.5 Amps, 1/2 HP, BTU/HR 7315
- UL/C-UL listed
- Energy Star Certified
- Shipping weight: 495 lbs.
- Microprocessor Temperature Controller
- Adjustable operating temperature range: 1°C to 10°C
- Standard Digital Temperature Display and Alarm Module with battery back-up to support temperature monitoring and alarms
- Sample simulated digital temperature display; .1° Resolution
- Adjustable temperature display in Celsius or Fahrenheit
- Audible and visual high/low temperature alarms
- Sensor error alarm
- Power failure alarm
- Resettable 1-point Min/Max History
- Remote alarm contacts
- Alarm validation (audible, visual, and remote alarm)
- Alarm mute with ring back
- 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 30 days after award.
- PLACE OF PERFORMANCE
IHS Quentin N. Burdick Memorial Healthcare Facility
1300 Hospital Loop
Warehouse
Belcourt, ND 58316
- REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
Delivery shall be made 30 days after 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 IHS15110641 in the Subject line. The due date for receipt of statements is May 23, 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.