This is a Sources Sought Notice. This advertisement is not a solicitation for offers, nor is it a request for quotes. There is no solicitation available at this time. A request for quotes may be issued at a later date. Sources Sought Notice Number: IHS1505189 Background: The purpose of this posting is to identify Indian Economic Enterprise (IEE) firms who can provide comprehensive maintenance service and support on multiple existing Nanosonics model Trophon2 high level disinfection devices for hospitals, health centers and clinics within the Great Plains Area Indian Health Services footprint in North Dakota, South Dakota, Nebraska, and Iowa. The period of performance for contract award will be one (1) base year with four (4) option years. The purpose of this notice is to obtain information regarding the availability and capability of all IEE sources who feel that they can meet the requirements outlined in the attached draft scope of work (SOW). The applicable NAICS code assigned to the purchase of equipment for this procurement is: 811210 Electronic and Precision Equipment Repair and Maintenance The Government has determined the appropriate acquisition method as a firm-fixed-price contract. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a Request for Proposals. The Government DOES NOT intend to award a contract based on responses under this announcement. Interested parties shall not be reimbursed for costs associated with preparation of their responses. Any proprietary information should be so marked. Interested organizations presenting a Capability Statement in response to this IEE Sources Sought Synopsis must identify their size status. Indian Economic Enterprise Representation. To be considered for an IHS contract awarded under the Buy Indian Act, an offeror must represent that it meets the definition of “Indian economic enterprise” in response to a specific solicitation set-aside in accordance with the Indian Health Manual. Reminder, this is a Sources Sought Notice, not a Solicitation. Please complete the attached IEE form.
INDIAN ECONOMIC ENTERPRISE REPRESENTATION
The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in IHM 5-5.6.F.1.
Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application.
Responses should include:
(1)Business Name, GSA contract number and Address (if applicable)
(2)Point of Contact Name, Phone Number, and E-mail Address
(3)UEI, DUNS and NAICS codes
(4)Business Size SMALL or OTHER THAN SMALL
(5)Type of Business NATIVE OWNED, SERVICE-DISABLED VETERAN OWNED, VETERAN OWNED,8A, HUB Zone, WOMEN OWNED etc.
(6)Tailored capability statements addressing the particulars of this effort, with appropriate documentationsupporting claims of organizational and staff capability. If significant subcontracting or teaming is
anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements
(7) any Original Equipment Manufacturer training certifications which may be applicable
(8) Past Performance information. All businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set asides for the above noted service.
All information submissions shall be received no later than 12:00pm CST on June 30, 2025
All capability statements sent in response to this Sources Sought notice must be submitted electronically (via email) to the Point of Contact below in MS Word or Adobe Portable Document Format (PDF). The subject line must specify the Sources Sought Number - IHS1505189.
CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED.
Contract Specialist: Mona Weinman
Email address: mona.weinman@ihs.gov
Place of Delivery/Performance:
Multiple Locations within North Dakota, South Dakota, Nebraska, and Iowa
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.
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.
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.