Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 06/17/2025
Response Date: 07/01/2025
Archive Date: 07/16/2025
More Opportunities
Solicitation Number:
IHS1508021
Primary NAICS:
423450 - Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
Notice Type:
Sources Sought
Location:
Eagle Butte South Dakota 57625 USA
Set Aside:
ISBEE
Sources Sought: Firm-Fixed-Price, Commercial Items purchase for the Indian Health Service (IHS) Great Plains Area (GPA) Cheyenne River Health Center (CRHC), Eagle Butte, South Dakota.
Sources Sought Notice Number: IHS1508021
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 423450 – Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers.
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 purpose of this sources sought notice is for the purchase of two (2) new Hillrom (Baxter) Centrella Inpatient beds for the Cheyenne River Health Center, Eagle Butte, SD to include accessories, setup and installation.
3.0 SCOPE
Contractor shall provide to the Great Plains Area Indian Health Service, hereafter referred to as the Government, with the items described in this statement of work for the period specified on the issued purchase order and any modifications or amendments.
The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW). The contractor shall provide confirmation that they are an authorized distributor of Hillrom (Baxter) beds designated for use in a clinical setting if they are not the Original Equipment Manufacturer (OEM). Contractor shall arrange for shipping the equipment and supplies to the Cheyenne River Health Center loading dock and will provide onsite field service personnel for installation if needed. It will be the responsibility of the Service Unit to identify an operational location which will meet the installation and operational requirements of the equipment. Any modification/ renovation to an identified space needed to meet the operational requirements for the equipment will be the responsibility of the Service Unit. Upon completion of equipment installation, the field service personnel will provide proof of operation in the form of a service report to the Director of Inpatient services, local Clinical Engineering personnel, and the COR.
Attached IEE Representation form is to be completed and submitted with email response.
4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS:
Refer to the Statement of Work.
5.0 TYPE OF ORDER
This is a sources sought notice for a firm-fixed-price contract type.
6.0 ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: The period of performance of this contract is 180 days from the date of issuance
7.0 PLACE OF PERFORMANCE
FACILITY HOURS OF OPERATION
Cheyenne River Health Center 24/7
24276 166th Street, Airport Rd. Eagle Butte, SD. 57625 Deliveries: MON - FRI 8:00 a.m. - 4:30 p.m. MST
Phone 605-964-7724
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.
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.
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:
11.0 Closing Statement
Point of Contact: Mona Weinman, Contract Specialist, Email: mona.weinman@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to mona.weinman@ihs.gov. Must include Sources Sought Number IHS1508021 in the Subject line. The due date for receipt of statements is July 1, 2025, 12:00 p.m. 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.
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.