Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 2 PM
Sources Sought
Aberdeen South dakota

Hillrom Centrella beds and accessories for Turtle Mountain Service Unit

Details

Solicitation ID IHS1511687
Posted Date 25 Jun 2025 at 2 PM
Response Date 09 Jul 2025 at 5 AM
NAICS Category
Product Service Code
Set Aside Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior)
Contracting Office Great Plains Area Indian Health Svc
Agency Department Of Health And Human Services
Location Aberdeen South dakota United states

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sign up to access Documents

Signup now

Sources Sought: Firm-Fixed-Price, Commercial type contract for the Indian Health Service (IHS) Great Plains Area (GPA), Quentin N. Burdick Memorial Health Care Facility, Belcourt, North Dakota.
Sources Sought Notice Number: IHS1511687
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), Quentin N. Burdick Memorial Health Care Facility, Belcourt, North Dakota plans to identify potential sources providing (11 of each) Brand name Hillrom/Centrella bed bases with mattress, nurse call, UTV, Lighting, PRO Surface for 36" frame, SafeView+ with IllumiGuide, Second LCD Touchscreen (see Brand Name Justification).
2.0 OBJECTIVE
Identify Indian Economic Enterprises (IEE) as potential sources to provide (11 of each) Brand name Hillrom/Centrella bed bases with mattress, nurse call, UTV, Lighting, PRO Surface for 36" frame, SafeView+ with IllumiGuide, Second LCD Touchscreen (see Brand Name Justification).
3.0 SCOPE
The contractor shall furnish (11 of each) Brand name Hillrom/Centrella bed bases with mattress, nurse call, UTV, Lighting, PRO Surface for 36" frame, SafeView+ with IllumiGuide, Second LCD Touchscreen.
4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS
Refer to the SOW and specifications.
5.0 TYPE OF ORDER
This is a sources sought notice for a firm-fixed-price contract.
6.0 ANTICIPATED PERIOD OF PERFORMANCE
Contractor shall provide the equipment described in the Statement of Work within 30 days from date of award.
7.0 PLACE OF PERFORMANCE AND DELIVERY TIMES:
Turtle Mountain Service Unit
Quentin N. Burdick Memorial Health Care Facility
Moonlight Drive Highway 5, Belcourt, North Dakota 58316
Phone (701) 477-6111
Deliveries: MON - FRI from 8:00 a.m. - 4:30 p.m.
8.0 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 [email protected].
9.0 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:
1. Company name, address, email address, website address, telephone number, and business size (i.e., small business, 8(a), woman owned, veteran owned, etc.) and type of ownership for the organization.
2. Company Point of Contact’s Name, telephone number, and e-mail address. Company POC shall have the authority and knowledge to clarify responses.
3. 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 .
4. Applicable company GSA Schedule number or other available procurement vehicle.
5. Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed in the Performance Work Statement, 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.
6. Experience: Provide a list of 3-5 private industry or Government contracts for the same services that you have 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 services provided on the contract. The Government may contact these entities to conduct past performance checks. Reference letters accepted.
7. Staffing Levels: Provide evidence your company has adequate levels of qualified healthcare provider staff to meet the Qualifications and Requirements listed in the Performance Work Statement (PWS).
8. Staffing Capability: 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.
9. Technical Capability: Provide a response to how the company will respond to staff shortages / absenteeism / replacement in providing services.
10. If American Indian/Native American owned small business, then complete attached IEE Representation form.
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 Closing Statement
Point of Contact: Mona Weinman, Contract Specialist, Email: [email protected]
Submission Instructions:
Interested parties shall submit capability statement via email to [email protected], Contract Specialist. Must include Sources Sought Number IHS1511687 in the Subject line. The due date for receipt of statements is July 9, 2025, 12:00 p.m. Central Standard 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.

Similar Opportunities

Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 08 Jul 2025 at 4 AM
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 08 Jul 2025 at 4 AM

Similar Awards

Augusta Georgia Not Specified
Location Unknown 03 Jun 2015 at 4 PM
Location Unknown 25 Jul 2019 at 1 PM
Tacoma Washington Not Specified
Dayton Ohio Not Specified