Phoenix Indian Medical Center (PIMC) and Whiteriver Service Unit (WRSU) is procuring for Brand Name or Equal Orthopedic and Podiatry Surgical Supplies for the following Brand Name Manufacturers: 1. Smith & Nephew, 2. Globus Medical, 3. Arthrex (Impact Ortho), 4. Treace Medical (Precision Medical), 5. Acumed and 6. Medline Orthopedic (Medacta).
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6 and FAR 13.303 Blanket Purchase Agreement (BPA) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued.
The Government will award multiple Firm-Fixed Price BPA contracts resulting from this combined synopsis/solicitation to the responsible offeror whose offer is conforming to the Orthopedic and Podiatry Surgical Supplies. Lowest price technically acceptable (LPTA) source selection will be used where best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.
We are performing tiered evaluation of offers on SAM.GOV and awards shall be given to ISBEE or SDVOSB or Small Business; if no awards can be made to a Small Business, then Other Than Small Business will be reviewed.
(ii) Solicitation number is #RFQ-25-PHX-051 and is issued as a Request for Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, Effective 06/11/2025.
(iv) This requirement is a 100% set-aside for Small Business under NAICS Code 339113. A tiered evaluation preference will be used to first evaluate quotes from small businesses with EITHER an Indian Small Business Economic Enterprise (ISBEE) or Service Disabled Veteran Owned Small Business (SDVOSB) designations or Small Business; if no awards can be made to a small business vendor with one of those socio-economic designations, then, Other Than Small Business quotes will be reviewed.
(v) Contractor shall provide for following information for the Price Schedule for the following Orthopedic and Podiatry Surgical Supplies consisting of Screws, Plates and Surgical Hardware for the listed manufacturers and if you are providing an equal manufacturer you will need to provide name of your manufacturer as requested in evaluation factor.
Note: Contractor shall provide the following information on their Price Schedule: MFG Part Number, MFG description, Unit of Issue, List Unit Price, Discount Unit Price, Percentage off from List Unit Price. Not providing percentage will make your offer Non-Responsive to Solicitation.
Manufacturers with Listing of Supplies:
1. Smith & Nephew see attachment B Smith and Nephew
Manufacturers without Listing to provide Price Schedule with the same information as stated in section (v) paragraph 2 Note for orthopedic and podiatry surgical supplies:
1. Globus Medical, 2. Arthrex, 3. Treace Medical (Precision Medical), 4. Treace Medical (Precision Medical), 5. Acumed and 6. Medline Orthopedica (Medacta).
(vi) The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procure for procuring for Brand Name or Equal Orthopedic and Podiatry Surgical Supplies for the following Brand Name Manufacturers: 1. Smith & Nephew, 2. Globus Medical, 3. Arthrex (Impact Ortho), 4. Treace Medical (Precision Medical), 5. Acumed and 6. Medline Orthopedic (Medacta).
(vii) Delivery location and acceptance terms for this contract award is FOB Destination.
Delivery Locations:
1. Phoenix Indian Medical Center, 4212 North 16th Street, Phoenix, AZ 85016;
2. Whiteriver Service Unit, 400 West Apache Drive, Whiteriver, AZ 85941;
(viii) Addendum to FAR 52.212-1, Instructions to Offerors – Commercial Items (Oct 2018).
Submissions of Offers
1. Offers, shall include all required documents and must be submitted to the Contact Specialist Donovan Conley at email address Donovan [email protected]. Documents must be properly executed and submitted no later than the offer due date of July 28, 2025 at 4:00 PM MST (AZ Time). No questions will be accepted after July 28, 2025 at 12:00 PM MST (AZ Time). Only electronic offers will be accepted and must be emailed to [email protected]. Any submission of offers after the closing date of the July 28, 2025 at 4:01 PM MST (AZ Time) will not be accepted for consideration.
2. Exceptions to Terms and Conditions: Offerors must clearly identify any exception to solicitation terms and conditions and provide accompanying rationale.
3. Registration in System for Award Management (SAM): In order to be eligible for contract award offerors must be registered in SAM at https://www.sam.gov.
4. Offeror shall provide the following information:
UEI SAM Number and TIN Number on Attachment C – Clauses and Administration Data.
5. Basis of Award:
This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures were best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being determined technically unacceptable.
We are performing tiered evaluation of offers on SAM.GOV and awards shall be given to ISBEE or SDVOSB or Small Business; if no awards can be made to a Small Business, then Other Than Small Business will be reviewed.
In order for an Offeror to be considered for award, the proposal must receive an “Acceptable” rating in every non-price factor. Any proposal receiving a rating of “Unacceptable” in any non-price factor will not be further evaluated.
Ratings for Technical:
Acceptable – Proposal clearly meets the minimum requirements of the solicitation.
Unacceptable – Proposal does not clearly meet the minimum requirements of the solicitation.
For the purpose of award, the government shall evaluate offers based on the evaluation factors described below:
Factor 1 – Technical:
Offeror shall provide the following Sub-Factor information.
Sub-Factor A: Offeror shall provide brief description of alike salient characteristics of the items stated in their Price Schedule, to include technical documentation to support products being offered as equal items or brand name items.
Sub-Factor B: Offeror shall provide information on warranty and exchange fees, credit returns and re-stocking fees,
Sub-Factor C: Offeror shall provide Number of Day of Delivery for the two delivery locations.
Factor 2 – Past Performance:
Offerors are required to furnish one to three current, or recently completed Federal, State, local government, or private contracts under which you have provided the same or similar or relevant supplies or services required in this solicitation within the last five (5) years. Provide contact name, period of performance dates, and point of contact, telephone number, and email address. Past performance will be reviewed to assure that the offeror has relevant and successful performance history. Contractor shall notify all references that have been provided to the IHS for their solicitation.
Past Performance reference format:
Contract Number: ___________________________________
Contractor Name:___________________________________
Contractor Address:__________________________________
Contact Name:_____________________________________
Contact Telephone No:_______________________________
Contact Email:_____________________________________
Supplies Provided:___________________________________
Period of Performance Dates:___________________________
Contract Amount Including Options: $____________________
Contractor EIN Number: ______________________________
The Government may rely on internal documentation including the Federal Awardee Performance and Integrity Information System (FAPIIS) Past Performance Information Retrieval System (PPIRS) and contracting officer's knowledge of and previous experience with supply or service being acquired for determining Past Performance, if no record of past performance is found in FAPIIS or PPIRS, the contractor shall not receive a favorable or unfavorable rating, but shall receive a rating of neutral.
Factor 3 – Price:
Offeror shall provide prices using Attachment A – Price Schedule or provide quotation with the items listed from the Price Schedule. Offers shall enter all prices for all the CLINS on the Price Schedule for the Contractor shall provide the following information on their Price Schedule: MFG Part Number, MFG description, Unit of Issue, List Unit Price, Discount Unit Price, Percentage off from List Price. Not providing percentage will make your offer Non-Responsive to Solicitation.
The Government will evaluate the quote to determine the price fair and reasonableness in accordance with FAR 13.106-3(a).
Offer must be good for 120 calendar days after submission.
FOB Destination CONUS (Continental U.S.). Shipping charges shall be included in the purchase cost of the product. Sellers shall deliver the products on their own conveyance to the location listed on the award.
(ix) Addendum to FAR 52.212-2, Evaluation – Commercial Item (NOV 2021).
a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation as follows:
Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (Lowest Price Technically Acceptable, FAR 15.101-2) The following factors shall be used to evaluate offers:
Factor 1 – Technical (Acceptable/Unacceptable)
Sub-Factor A: Provide Technical Documentation for Brand Name or Equal Product.
Sub-Factor B: Provide Warranty, Returns and Related Fees
Sub-Factor C: Provide Number of Days for Delivery for two delivery locations.
Factor 2 – Past Performance (Acceptable/Unacceptable)
Factor 3 – Price
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2024), with its offer.
(xi) FAR 52.212-4 Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2023) applies to this acquisition.
Addendum to FAR 52.212-4 (g) Invoices.
1. Invoices: Invoices shall be submitted in ARREARS:
a. Quarterly [ ]
b. Semi-Annually [ ]
c. Other [X] After shipment of all items.
2. Invoice Instructions:
Invoicing will be completed electronically at www.ipp.gov or any successor site. Note: The IPP Helpdesk is [email protected]
HHSAR Clause 352.232-71 Electronic Submission of Invoice Payment Requests (Feb 2022)
(a) Definitions. As used in this clause -- Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), ‘Content of Invoices’ and the applicable Payment clause included in this contract.
(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests
electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site.
(c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures.
(d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request.
(END OF CLAUSE)
Technical Point of Contact (TPOC) PIMC: TBD
Technical Point of Contact (TPCO) WRSU: TBD
Contract Specialist: Donovan Conley, [email protected]
(xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (JAN 2025) (DEVIATION FEB 2025).
(xiii) Additional solicitation provisions used for Acquisition of Commercial Items and attachments used for this Combined Synopsis-Solicitation.
The Office of Management and Budget (OMB) mandates that U.S. federal agencies use the Internet Protocol version 6 (IPv6). In November 2020, OMB issued memorandum M-21-07 "Completing the Transition to IPv6", which outlines the Federal government's strategic intent "to deliver its information services, operate its networks, and access the services of others using only IPv6". The IHS requires all new IT systems (hardware and software) to operate in a pure IPv6 network environment. This includes on-premises services or third-party hosted services that require network integration into the IHS network. The Offeror's solution shall comply with the IPv6 standards profile as defined by the NIST USGv6 Program: https://www.nist.gov/programs-projects/usgv6-program
Register in Invoice Processing Platform (IPP):
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.
Provisions:
FAR 52.204-7 System for Award Management (Oct 2018)
FAR 52.216-1 Type of Contract (Apr 1984), The Government contemplates award of a Firm-Fixed Price award resulting from this solicitation.
Attachments:
1. Combined Synopsis-Solicitation RFQ-25-PHX-051, 6-pages
2. A Price Schedule Smith and Nephew, 1-page
3. B Scope of Work, 3-pages
4. C BPA Terms and Conditions, 8-pages
5. D Clauses and Administration Data, 8-pages
6. E 2025 AZ Tax Exemption Letter, 3-pages
(xiv) n/a
(xv) RFQs are due by July 28, 2025 at 4:00 PM MST. Email the offers to [email protected]. Questions are due before July 28, 2025 at 12:00 PM MST. Offeror must confirm IHS receipt of their proposal.
You are reminded that representatives from your company SHALL NOT contact any IHS Phoenix Area employees to discuss this RFQ during this solicitation process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer or Contract Administrator.
(xvi) Contract Administrator: Donovan Conley, Contracting Specialist, [email protected]
Contracting Officer: Jeremy Steel, [email protected]