Skip to main content

An official website of the United States government

You have 2 new alerts

SOURCES SOUGHT- VersaJet II System for Pine Ridge IHS Hospital

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Mar 28, 2025 10:26 am MDT
  • Original Response Date: Apr 11, 2025 04:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 12, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Pine Ridge , SD 57770
    USA

Description

Sources Sought: VersaJet II wound debridement system for the Pine Ridge Indian Health Service (IHS) Hospital.

Sources Sought Notice Number: IHS1506418

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 (IHS).

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 339113- Surgical Appliance and Supplies Manufacturing

  1. BACKGROUND

The Pine Ridge IHS – Podiatry Department provides wound management care to the Pine Ridge IHS patient population. A contract is needed to provide the VersaJet II Hydrosurgery System. 

2.1     OBJECTIVE

The primary objective of this project is to secure a contract for the VersaJet II Hydrosurgery System with foot pedal and cart (or newer), described in the attached specification brochure, to be provided the Pine Ridge IHS at no cost. The Pine Ridge IHS will purchase the disposable handsets for use with the VersaJet II device.

  1. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS (IF APPLICABLE)

The Contractor will be required to provide a VersaJet II device to be placed at the Pine Ridge IHS located in Pine Ridge, SD. The disposable handsets, ordered as needed, to the Pine Ridge Hospital. Please see attached Statement of Work (SOW) and Specification Brochure for details.

  1. TYPE OF ORDER

This is a firm fixed price blanket purchase order. It will be a base year plus four option years.

  1. PLACE OF PERFORMANCE

Pine Ridge, SD.

  1. REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE

Complete deliverables schedule listed below.

DELIVERABLE

DELIVERABLE DESCRIPTION / FORMAT REQUIREMENTS/Quantity

1. VersaJet II Hydrosurgery System (no cost)               1

2. VersaJet II Handpieces                                           TBD

Shipping shall be included with purchase.

  1. PAYMENT

Invoices shall be processed through the Invoice Processing Platform (IPP).

  1.  Anticipated Period of Performance:

 Period of Performance: Date of award plus 365 days-Base Year, plus four option years

  1. 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 ability to provide a VersaJet II Hydrosurgery System along with disposable handsets 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’ 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: 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing 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.

F.   Closing Statement

Point of Contact: Mary Sarenana, Purchasing Agent, at mary.sarenana@ihs.gov

Submission Instructions:

Interested parties shall submit capability via email to mary.sarenana@ihs.gov. Must include Sources Sought Number IHS1506418 in the Subject line. The due date for receipt of statements is April 11, 2025, 4:00 p.m. Mountain 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.

Contact Information

Contracting Office Address

  • DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
  • ABERDEEN , SD 57401
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Apr 11, 2025 10:04 pm MDTSources Sought (Original)