Federal Contract Opportunity

Last Updated on 16 Jun 2025 at 3 PM
Sources Sought
Belcourt North dakota

Service Coverage for APC Power and Cooling Hardware for Quentin N Burdick Memorial Health Care Facility in Belcourt, ND

Details

Solicitation ID IHS1510948
Posted Date 16 Jun 2025 at 3 PM
Response Date 07 Jul 2025 at 8 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Indian Health Service
Agency Department Of Health And Human Services
Location Belcourt North dakota United states 58316

Possible Bidders

Idsc Holdings Limited Liability Company

Pleasant prairie Kenosha Crystal lake

National Industries For The Blind

Wayne Earth city Alexandria

Idsc Holdings Limited Liability Company

Pleasant prairie Kenosha Crystal lake

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Idsc Holdings Limited Liability Company

Pleasant prairie Kenosha Crystal lake

Sign up to access Documents

Signup now

Sources Sought: Service Coverage for APC Power and Cooling Hardware for Quentin N Burdick Memorial Health Care Facility

Sources Sought Notice Number: IHS-BSU-25-1510948

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 Small Businesses Economic Enterprise (ISBEE), Indian Economic Enterprises (IEE), or Other Small Businesses.

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 541519, Other Computer Related Services- other relevant NAICS codes will be considered based on responses received (such as conference centers, etc.)

  1. BACKGROUND

The IHS is an agency within the Department of Health & Human Services and is responsible for providing federal health services to American Indians and Alaska Natives. The Indian Health Service provides a comprehensive health service delivery system for approximately 1.9 million American Indians and Alaska Natives who belong to 567 federally recognized tribes, in 35 states. The Indian Health Service Headquarters is located in Rockville, MD and then divided into twelve (12) physical areas: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland, and Tucson.

The Great Plains Area Office (GPAO) works in conjunction with 19 Indian Health Service Units and Tribal Managed Service Units to provide health care to approximately 130,000 Native American located in North Dakota, South Dakota, Nebraska, and Iowa.

QNBMHCF falls under the GPAO and provides medical care to approximately 14,550 tribal members living on the Turtle Mountain Indian Reservation. The Service Unit was built in 1967 with renovation and clinic expansion completed in 1992, to provide an expanded level of outpatient health care services specifically designed to meet the needs of our population. Services include: 24 Hour Emergency Services, Laboratory, Radiology (CAT Scan & Mobile MRI) and 24-Hour Pharmacy Services, Optometry, Dental, Clinic, Emergency, Podiatry, Same Day Clinic, and Behavioral Health.

  1. OBJECTIVE

The primary objective of this project is to secure adequate GPA Hardware Life Cycle Replacement for the IT Department at the Quentin N Burdick Memorial Health Care Facility for direct patient care.

  1. SCOPE

Contractor will provide remedial repairs as well as one scheduled preventive maintenance service on the UPS and/or PDUs for the yearly agreement. Annual Preventive Maintenance Visit Included for UPS and/or PDU, the annual preventive maintenance visit will provide a comprehensive visual, environmental, and electronic inspection of the UPS and/or PDU system to help ensure that components are performing to define technical and environmental specifications. This service shall include all labor and travel expenses with an available 24x7 scheduling upgrade option.

On-site Remedial Services shall dispatch certified personnel to provide repairs in the event of a problem. Parts, labor, travel, and priority access to spare parts are included. The services shall be available with different response time that best align with the needs of the Customer’s installation: Next-Business Day

(Standard response time); 4-hour 7x24 Response Time Upgrade; 8-hour 7x24 Response Time Upgrade. 

  1. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS

NOT APPLICABLE

  1. TYPE OF ORDER

This is a firm fixed price purchase order.

  1. ANTICIPATED PERIOD OF PERFORMANCE

Period of Performance: 365 calendar days after date of award

  1. PLACE OF PERFORMANCE

Quentin N Burdick Memorial Health Care Facility

1300 Hospital Loop

Belcourt, ND 58316

  1. REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE

N/A

  1. PAYMENT

Payment will be rendered once all supplies are shipped and accounted for and invoice is uploaded into IPP to be paid.  

           

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:

1. A general overview of the respondent’s opinions about the difficulty and/or feasibility of the potential requirement, and 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. Documentation on the any previous services provided. To be considered capable of fulfilling this requirement evidence of an Offerors ability to fully satisfy the requirements described above must be provided.

4. The respondents’ 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: 541519, Other Computer Related Services, or comparable NAICS

5. Any other information that may be helpful in developing or finalizing 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 include an indication of current certified small business status; this indication should be clearly 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 in a confidential manner.

11.0   Closing Statement

Point of Contact: Farrah Azure, Purchasing Agent, at [email protected]  

Submission Instructions:

Interested parties shall submit capability via email to Farrah Azure, at [email protected] . Must include Sources Sought Number IHS1510948 in the Subject line. The due date for receipt of statements is July 7, 2025, 3:00 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.