Sources Sought: Purchase of 28 Midmark model 224 examination chairs to include upholstery and side rails for the Indian Health Service (IHS) Great Plains Area (GPA) Cheyenne River Health Center (CRHC), Eagle Butte, South Dakota.
Sources Sought Notice Number: IHS1504319
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 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 339112, Surgical and Medical Instrument Manufacturing.
1.0 BACKGROUND
The Indian Health Service (IHS), Great Plains Area (GPA), Cheyenne River Health Center is a modern, technologically advanced facility with enough space and staff to provide an expanded level of health care services specifically designed to meet the needs of the Cheyenne River Service Unit population.
2.0 OBJECTIVE
The objective of the CRHC is to identify potential sources providing for the purchase of 28 Midmark model 224 examination chairs to include upholstery and side rails.
3.0 SCOPE
The contractor shall furnish 28 Midmark model 224 examination chairs to include upholstery and side rails.
4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS
Refer to the Scope of Work
5.0 TYPE OF ORDER
This is a sources sought notice for a firm-fixed-price type contract.
6.0 ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: 180 days from date of issuance
7.0 PLACE OF PERFORMANCE
Cheyenne River Health Center
24276 166th Street, Airport Rd.
Eagle Butte, South Dakota 57625
8.0 Tour of Duty:
Not applicable.
9.0 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 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.
10.0 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:
- Company name, address, email address, website address, telephone number, and business size (small or other than small), and type of ownership. Pursuant to the North American Industry Classification System (NAICS) code: 339112, Surgical and Medical Instrument Manufacturing, or comparable NAICS code.
- Company Point of Contact’s Name, telephone number, and e-mail address. Company POC shall have the authority and knowledge to clarify responses.
- System for Award Management (SAM) Unique Entity Identifier (UEI) number, expiration, and registration status. All respondents must register on the SAM located at http://www.sam.gov .
- Applicable company GSA Schedule number or other available procurement vehicle.
- Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed in the Scope of Work, 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.
- Experience: Provide a list of 3-5 private industry or Government contracts for the same products/services that you have provided/performed within the last 3 years. For each contract, include the company’s Point of Contact’s name, email address, telephone number, dollar value of contract, and description of the products/services provided on the contract. The Government may contact these entities to conduct past performance checks. Reference letters accepted.
- Staffing Levels (if applicable): Provide evidence your company has adequate levels of qualified healthcare provider staff to meet the Qualifications and Requirements listed in the Scope of Work (SOW).
- Staffing Capability (if applicable): Provide the last time you successfully placed a provider in a contract position. Provide detailed information such as name, email address, telephone number, dollar value of contract, and description of the services provided on the contract.
- Technical Capability (if applicable): Provide a response to how the company will respond to staff shortages / absenteeism / replacement in providing services.
- If American Indian/Native American owned small business, then complete attached IEE Representation form.
11.0 Closing Statement
Point of Contact: Mona Weinman, Contract Specialist, Email: mona.weinman@ihs.gov
Submission Instructions:
Interested parties shall submit capability statement/information via email to mona.weinman@ihs.gov. Must include Sources Sought Number IHS1504319 in the Subject line. The due date for receipt of statements is April 22, 2025, 12:00 p.m. CST.
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.