Opportunity
SAM #SS-26-IHS-1525533
Market Research for Zoeller Grinder Pumps at Cheyenne River Health Center
Buyer
IHS Great Plains Area
Posted
May 08, 2026
Respond By
May 26, 2026
Identifier
SS-26-IHS-1525533
NAICS
333914, 423720
This opportunity is for the procurement of Zoeller Grinder Pumps for the Cheyenne River Health Center in Eagle Butte, South Dakota. - Government Buyer: - Indian Health Service (IHS), Cheyenne River Health Center Facilities Department - Contracting office: Great Plains Area Indian Health Service, Division of Acquisition Management - OEM Highlight: - Zoeller is the specified Original Equipment Manufacturer (OEM) - Products Requested: - Two (2) Zoeller Grinder Pumps, model G6426 - Specifications: 460 volts, 60 hertz, 3-phase, 40 BHP, 1,750 RPM, 6-inch flanged horizontal discharge, 4-inch solids capacity, submersible motor type, corrosion-resistant epoxy finish, stainless steel hardware - Delivery & Performance: - Delivery required within 60 days of award - Delivery location: Cheyenne River Health Center Maintenance Department, 24276 166th St., Eagle Butte, SD 57625 - Unique Requirements: - Quality control inspections and warranty documentation must be provided - Only Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) are invited to respond - Capability statements required to demonstrate ability to supply the specified equipment - No other products or services are requested; this is a sources sought notice for market research purposes only
Description
Sources Sought: Zoeller Grinder Pumps for the Cheyenne River Health Center, Eagle Butte, South Dakota.
Sources Sought Notice Number: SS-26-IHS-1525533.
This is a Sources Sought notice. This notice DOES NOT constitute a request for proposal, request for quote or invitation for bid. This Sources Sought is a market research tool being utilized to determine the availability of qualified Indian Small Businesses Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of performing the requirement prior to issuing a Request for Quote. This is not a solicitation for proposals and no contract will be awarded from this announcement.
No reimbursement will be made for any costs associated with providing information in response to this announcement. All responses will be provided by an e-mail response. No presentations will be scheduled.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The applicable NAICS code for this acquisition is 333914 (Measuring, Dispensing, and Other Pumping Equipment Manufacturing).
1.0 BACKGROUND
The Indian Health Service (IHS) an agency within the Department of Health & Human Services 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 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 its 19 Indian Health Service Units and Tribal Managed Service Units to provide health care to approximately 122,000 Native American located in North Dakota, South Dakota, Nebraska, and Iowa. The Area Office’s service units include seven hospitals, eight health centers, and several smaller health stations and satellite clinics.
Our facility, the Cheyenne River Health Center (CRHC), falls under the GPAO. Cheyenne River Health Center (CRHC) provides medical care for approximately 9,000 tribal members living on the CRST Reservation. Serving a rural area, many of our patients travel 100 miles’ round trip to receive care. The CRHC was built in 2011 to provide an expanded level of health care services specifically designed to meet the needs of the CRHC population. Services include: Emergency Room Department, Pharmacy, Physical Therapy, Public Health Nursing, Radiology Services, Inpatient Care, Laboratory, MRI, Dental, Community Health, Contract Health Services, Dietitians, Audiology, Eye Care, and Specialist Clinics: OB/GYN, ENT, Audiology & Podiatry. The Cheyenne River Sioux Tribe through a 638 contract with IHS, operates four satellite health stations which offer basic ambulatory services at several rural communities.
2.0 OBJECTIVE
The mission of the Indian Health Service (IHS) is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level. As part of this mission, the IHS is committed to ensuring the safety and security of its patients, staff, and facilities while providing high-quality healthcare services across its regions.
To support this mission, Cheyenne River Health Center (CRHC) maintenance department requires equipment used for pumping water that drains into the drains in the lower level at the CRHC away from the facility to a drain pit where the grinder pumps are located to pump excess water to an area away from the facility.
3.0 SCOPE OF WORK
Contractor shall provide to the CRHC, hereafter referred to as the Government, with the equipment described in this statement of work for the period specified on the issued purchase order and any modifications or amendments, if applicable.
EQUIPMENT:
Two (2) Zoeller Grinder Pumps with the following salient characteristics: Model: G6426 Volts: 460 Hertz: 60 Phase: 3 BHP: 40 RPM: 1,750 Discharge: 6 inch Flanged Horizontal Solids Capacity: 4 inch Motor Type: Submersible • Bearings - Upper and lower ball • Dual shaft seals - Silicon carbide/carbon lower, carbon/ceramic upper • Square rings and gasket - Viton • Durable cast iron cover, base, motor and pump housing • No screens to clog • Stainless steel screws, bolts, handle, seal assembly and shaft • Corrosion-resistant, powder coated epoxy finish • 100% computer tested • Pump motor housing and volute - ASTM A-48 Class 30 cast iron • Stainless steel hardware • Corrosion-resistant, powder coated epoxy finish • Ductile iron impeller • Carbon/ceramic tandem mechanical seals protect the motor • Balanced concentric pump housing and impeller • Lifting lugs integral to the cast housing • All models have a Class F insulation system with a maximum internal operating temperature of 294 °F (146 °C) • All pumps pass 3" (76 mm) spherical solids. • Two vane semi-open impellers with top pump-out vanes, enclosed impeller with top pump-out vanes, and vortex impellers with top pump-out vanes are available on selected models • 25' (8 m) standard Type SO 4 conductor cords. • Assembly engineered for water tightness
The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW).
4.0 TYPE OF ORDER
The anticipated contract type is Firm-Fixed-Price, Commercial Item, Purchase Order to provide two (2) Zoeller Grinder Pumps for the CRHC, Eagle Butte, South Dakota.
5.0 ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: 60 days from Date of Award
6.0 PLACE OF PERFORMANCE
DELIVER TO: ATTN: Maintenance Department 24276 166th St. Eagle Butte, South Dakota 57625
7.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
- Contractor shall provide the proper Zoeller grinder pumps that meet the salient characteristics - Contractor shall deliver the equipment within 60 days after receipt of award - Contractor shall arrange for shipping the Zoeller grinder pumps and supplies to the Cheyenne River Health Center.
8.0 PAYMENT
Invoices submitted under any award will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests”.
Payment will be made upon receipt of a complete and accurate invoice, and successful completion of an acceptance inspection in accordance with the Prompt Payment Act. Invoices shall be submitted with all information and supporting documentation. A complete and accurate invoice is substantially correct in that all aspects of the required information are clearly evident on the invoice, mutually agreed upon by the contractor and COR, and submitted through the Invoice Processing Platform (IPP.gov) with a copy to Erik Twite (COR), Facility Manager, or his designee.
9.0 Capability Statement/Information:
Interested parties are expected to review this notice and attached Statement of Work (SOW) 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. Company Name 2. Company point of contact, mailing address, e-mail address telephone number, and website address. 3. Name, telephone number and e-mail address of a company point of contact that has the authority and knowledge to clarify responses with government representatives. 4. Company Unique Entity Identification (UEI) number 5. Business size and type of business (e.g., ISBEE/IEE, 8(a), SDVOSB, etc.). All respondents should be registered on the System for Award Management (SAM) located at https://www.sam.gov. 6. Capability narrative 7. Relevant Past Performance information in sufficient detail: (a) current capability and capacity to provide the equipment. 8. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, 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.
Respondents will NOT be notified individually of the results of the sources sought.
Important notice:
It should be clearly understood that this Sources Sought notice is not an award or commitment by the Government. The offeror is further advised that funding may not become available. If funds are not available, no award will be made. The offeror will not be reimbursed for any/all effort or submission preparation costs.
10.0 Closing Statement
Point of Contact: Wenda Wright, Contract Specialist, at wenda.wright@ihs.gov
Submission Instructions: Interested parties shall submit capability via email to Wenda Wright, Contract Specialist, at wenda.wright@ihs.gov. Must include Sources Sought Number SS-26-IHS-1524059 in the Subject line. The due date for receipt of statements is April 17, 2026, at 12:00 p.m. Central Standard Time (CST). ,
All responses must be received by the specified due date and time in order to be considered.
Again, 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).
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.