Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 10 PM
Sources Sought
Fort yates North dakota

Source Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide Repair / Preventative Maintenance / Calibration of a Mobile X-Ray system for the Standing Rock Service Unit, Fort Yates IHS Hospital, Fort Yates, North Dakota.

Details

Solicitation ID IHS1513632
Posted Date 25 Jun 2025 at 10 PM
Response Date 10 Jul 2025 at 5 PM
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 Fort yates North dakota United states 58538

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Amerisourcebergen Drug Corporation

Wayne Chesterbrook Malvern Conshohocken

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Amerisourcebergen Drug Corporation

Wayne Chesterbrook Malvern Conshohocken

Sign up to access Documents

Signup now

Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide Repair / Preventative Maintenance / Calibration of a Mobile X-Ray System for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota. POP: 90 days from the date of award.

Sources Sought Notice Number: IHS1513632  

This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, obligation, or commitment by the Indian Health Service.

This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE) and Indian Economic Enterprises (IEE).

Your responses to the requested information will help the Government determine the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 811210 (Electronic and Precision Equipment Repair and Maintenance) - other relevant NAICS codes will be considered based on responses received.

1.0   BACKGROUND

Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide repair / preventative maintenance/calibration of a mobile x-ray system for the Standing Rock Service Unit, Fort Yates IHS Hospital, Fort Yates, North Dakota.

2.0   OBJECTIVE

The primary objective of this project is to provide Repair / Preventative Maintenance / Calibration of a Mobile X-Ray System.

3.0   SCOPE

See attached.

4.0   CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS

The contractor is required to follow all federal, state, and local requirements pertaining to the Repair and Maintenance of Electronic and Precision Equipment.

5.0   TYPE OF ORDER

This is a Firm Fixed-Price (FFP) purchase order.

6.0   ANTICIPATED PERIOD OF PERFORMANCE

Period of Performance: 90 days from the date of award.

7.0   PLACE OF PERFORMANCE

Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, 10 Standing Rock Avenue, Fort Yates, ND 58538. Phone #: (701) 854-3831.

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 registered to use IPP, you will not be required to re-register. However, we encourage you to ensure that your organization's and designated IPP user accounts are valid and up to date.

The IPP website address is: https://www.ipp.gov.

Please contact the IPP Helpdesk at (866) 973- 3131 (M-F 8 AM to 6 PM ET) or [email protected] if you require assistance registering or IPP account access.

9.0   Capability Statement/Information:

Interested parties are expected to review this notice to familiarize themselves 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. A general overview of the respondents' opinions about the potential requirement's difficulty and/or feasibility, as well as any information regarding innovative ideas or concepts.

2. Information in sufficient detail of the respondent’s (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information.

3. To be considered capable of fulfilling this requirement, evidence of an offeror's ability to fully satisfy the criteria described above must be provided.

4. The respondents' Unique Entity Identifier (UEI) number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code 811210 (Electronic and Precision Equipment Repair and Maintenance) or comparable NAICS.

5. Any other information that may help develop or finalize the requirements of the potential acquisition.

6. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single space and using a 12-point font size minimum in either Microsoft Word or Adobe Portable Document Format (PDF), with 8 1/2 by 11-inch paper size and 1 inch top, bottom, left, and right margins.

7. All proprietary information should be marked as such. Statements should also indicate current certified small business status; this indication should be marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by IHS personnel and will be held confidential.

Closing Statement

Point of Contact: David Jones, Contract Specialist at [email protected] 

Submission Instructions:

Interested parties should submit their capabilities via email to David Jones, Contracting Specialist, at [email protected]. Must include Sources Sought Number IHS1513632 in the Subject line. The due date for receipt of statements is July 10, 2025, at 12:00 p.m. Central Time.

All responses must be received by the specified due date and time to be considered.

This notice is for information and planning purposes only and shall not be construed as a solicitation or obligation by IHS.

IHS does not intend to award a contract based on responses or 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 due to 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 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 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 not obligated to acknowledge receipt of the information received or provide feedback to respondents concerning any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on 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.