Sources Sought: Pharmacy Refrigerator for the Wanblee Indian Health Service
Sources Sought Notice Number: IHS1512061
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), 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 423740, Refrigeration Equipment and Supplies Merchant Wholesalers - other relevant NAICS codes will be considered based on responses received.
- BACKGROUND
Business Occupancy Ambulatory Outpatient Health Care Facility entrusted with the mission to provide access to the highest level of health care to our patients.
Wanblee Health Center is located on the eastern edge of the Pine Ridge Reservation in the community of Wanblee, South Dakota. The community is comprised of a young rural traditional Native American population. Wanblee Health Center is a fast paced patient friendly health care center. The growth from 2007 has increased phenomenally. The staffing has increased from 2007 – 16 to 2017 – 42 positions, increased patient visits from 2007 – 16000 patient visits to 217 – 24000 annual visits.
Health care services are: ambulatory outpatient health services: Pharmacy, Dental, Optometry, Radiology, Behavioral Health, IT, and part time Podiatry, Public Health Nursing and Women’s Health.
Funding is 10% Recurring federal appropriations (IHCIA) and 90% third party funding. The hours of operation is: 7:30am – 6:00pm for a fifty hour service operations.
The purpose of this contract is for the purchase and delivery of a new ThermoFisher Scientific model TSX50065GA double-door Pharmacy Refrigerator with a factory-installed chart recorder for the Wanblee Health Center in Wanblee, SD.
2.1 OBJECTIVE
The primary objective of this project is to secure the purchase and delivery of a new Pharmacy refrigerator to accommodate the Pharmacy department at Wanblee Health Center.
- SCOPE
Specifications
Type: High-Performance Refrigerator
Capacity (English): 51.1 cu. ft.
Capacity (Metric): 1447 L
Temperature (Setpoint): 3°-7°C (5°C)
Refrigerant: R290
Door Style: Double Glass
No. of Doors: 2
Shelves: 8
Certifications/Compliance: UL, ENERGYSTAR, cUL
Display: Microprocessor
Product Line: TSX Series
Warranty: Full Original Equipment Manufacturer (OEM) Warranty
Defrost: Automatic
Monitoring Options: Alarm, Recorder
Chart Recorder: Factory Installed
Dimensions (D x W x H) Interior: 28.5 x 52.5 x 58 in. (72.4 x 133.4 x 147.3 cm)
Dimensions (L x W x H) Exterior: 37.9 x 56.5 x 78.5 in. (96.2 x 143.5 x 199.4 cm)
Depth (English) Exterior: 37.8 in.
Depth (English) Interior: 28.5 in.
Depth (Metric) Exterior: 96.0 cm
Depth (Metric) Interior: 72.4 cm
Height (English) Exterior: 78.5 in.
Height (English) Interior: 58 in.
Height (Metric) Exterior: 199.4 cm
Height (Metric) Interior: 147.3 cm
Width (English) Exterior: 56.5 in.
Width (English) Interior: 52.5 in.
Width (Metric) Exterior: 143.5 cm
Width (Metric) Interior: 133.4 cm
Amperage: 15 A (CB)
Plug Type: NEMA 5-15
Voltage: 115 V
Electrical Requirements: 115V, 60Hz
Frequency: 60 Hz
Green Features: Energy efficient
Unit Size: Each
- CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS (Not APPLICABLE)
- TYPE OF ORDER
This is a firm fixed price purchase order.
- ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: Not Applicable, A delivery timeframe will be issued.
- PLACE OF PERFORMANCE
Wanblee Health Center
210 First Street
P.O. Box 290
100 Clinic Drive
Wanblee, South Dakota 57577
- REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
Delivery shall be made 45 days after award is distributed.
- 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 require assistance registering or IPP account access.
Additional Information: N/A
- Anticipated Period of Performance:
Period of Performance shall not be applicable but a delivery timeframe will be issued.
- Capability Statement/Information:
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.
F. Closing Statement
Point of Contact: Ashleigh Yazzie, Contract Specialist, at ashleigh.yazzie@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to Ashleigh Yazzie, Administrative Contracting Officer, at ashleigh.yazzie@ihs.gov . Must include Sources Sought Number IHS1512061 in the Subject line. The due date for receipt of statements is May 8, 2025, 12:00 p.m. Mountain 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.