Search Contract Opportunities

Sources Sought: Firm-Fixed-Price type contract, brand name only to provide two (2) each ICare Tonometer, accessories and supplies. Rosebud, SD

ID: IHS1507638 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Sources Sought: Firm-Fixed-Price type contract, brand name only to provide two (2) each ICare Tonometer, accessories and supplies.

Sources Sought Notice Number: IHS1507638

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), but other relevant NAICS codes will be considered based on responses received.

1.0 BACKGROUND

The Indian Health Service (IHS), Great Plains Area (GPA), Rosebud Comprehensive Health Care Hospital plans to identify potential sources providing two (2) each brand name only ICare Tonometer, accessories and supplies listed below.

2.0 OBJECTIVE

Firm Fixed-Price, Commercial Item Brand Name Only Purchase to provide two (2) each Tonometer, accessories and supplies.

3.0 SCOPE

Contractor to provide two (2) each of the following equipment, brand name specific:

ICare:240 IC100 tonometer with case

ICare:650 ICare STAND IC100/TAO1i tonometer

ICare:075 2nd Year Warranty for IC200/IC100/TA01i

ICare:037 IC200/IC100/TAO1i probes, 100/box

ICare:030p Probe Base

4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS

The contractor is required to follow all federal, state and local requirements pertaining to Surgical and Medical Instrument Manufacturing and deliver brand name only equipment within three (3) months of award.

5.0 TYPE OF ORDER

This is a sources sought notice for a firm-fixed-price contract.

6.0 ANTICIPATED PERIOD OF PERFORMANCE

Period of performance to be delivered within three (3) months of award.

7.0 PLACE OF PERFORMANCE

Rosebud Comprehensive Health Care Hospital

400 Soldier Creek Dr.

Rosebud, South Dakota 57570

8.0 Tour of Duty:

Delivery Hours: MON - FRI 8:00 a.m. - 4:30 p.m. MST

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 to 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.

10.0 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. 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 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.

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, Contract Specialist. Must include Sources Sought Number IHS1507638 in the Subject line. The due date for receipt of statements is August 2, 2025, 12:00 p.m. Central Standard 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 as an obligation on the part of IHS.

IHS does not intend to award a contract based on 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 because 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 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.

Original Equipment Manufacturers (OEMs) warranty: 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.

Background
The Indian Health Service (IHS), Great Plains Area (GPA), Rosebud Comprehensive Health Care Hospital is seeking to identify potential sources for the procurement of two (2) brand name ICare Tonometers, along with necessary accessories and supplies.

This initiative is part of IHS's mission to provide quality healthcare services to American Indians and Alaska Natives, ensuring access to essential medical equipment for effective patient care.

Work Details
The contractor is required to provide the following specific equipment, all brand name only:
1) ICare:240 IC100 tonometer with case;
2) ICare:650 ICare STAND IC100/TAO1i tonometer;
3) ICare:075 2nd Year Warranty for IC200/IC100/TA01i;
4) ICare:037 IC200/IC100/TAO1i probes, 100/box;
5) ICare:030p Probe Base.

The contractor must adhere to all federal, state, and local regulations related to Surgical and Medical Instrument Manufacturing.

Period of Performance
The contract work is expected to be completed within three (3) months of the award date.

Place of Performance
Rosebud Comprehensive Health Care Hospital, 400 Soldier Creek Dr., Rosebud, South Dakota 57570.

Overview

Response Deadline
Aug. 2, 2025, 1:00 p.m. EDT Past Due
Posted
July 18, 2025, 1:40 p.m. EDT
Set Aside
Indian Economic Enterprise (DOI-only) (IEE)
PSC
None
Place of Performance
Aberdeen, SD United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
29%
Signs of Shaping
88% of obligations for similar contracts within the Indian Health Service were awarded full & open.
On 7/18/25 Indian Health Service issued Sources Sought IHS1507638 for Sources Sought: Firm-Fixed-Price type contract, brand name only to provide two (2) each ICare Tonometer, accessories and supplies. Rosebud, SD due 8/2/25. The opportunity was issued with a Indian Economic Enterprise (DOI-only) (IEE) set aside with NAICS 339112 (SBA Size Standard 1000 Employees).
Primary Contact
Name
Mona Weinman   Profile
Phone
(605) 945-5427

Documents

Posted documents for Sources Sought IHS1507638

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought IHS1507638

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought IHS1507638

Similar Active Opportunities

Open contract opportunities similar to Sources Sought IHS1507638

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > INDIAN HEALTH SERVICE > GREAT PLAINS AREA INDIAN HEALTH SVC
FPDS Organization Code
7527-00241
Source Organization Code
100188040
Last Updated
Aug. 5, 2025
Last Updated By
mona.weinman@ihs.gov
Archive Date
Aug. 4, 2025