Opportunity
SAM #75H71326Q00038
Procurement and Installation of Midmark Progeny/Preva Intraoral X-ray Units for Yakama Indian Health Center
Buyer
Portland Area Indian Health Service (IHS)
Posted
May 15, 2026
Respond By
May 29, 2026
Identifier
75H71326Q00038
NAICS
339114, 423450
This opportunity involves the urgent procurement and installation of dental X-ray equipment for a federal health facility: - Government Buyer: - Indian Health Service (IHS), Department of Health and Human Services - Portland Area IHS, Yakama Service Unit, Dental Department - OEM and Product Details: - OEM specified: Midmark - Required product: Midmark Progeny/Preva intraoral X-ray units - Quantity: 8 units - All equipment must be new and meet manufacturer and regulatory standards - Products and Services Requested: - Delivery of 8 Midmark Progeny/Preva intraoral X-ray units - Removal and proper disposal of existing non-functional X-ray units - Installation, mounting, and connection of new units (including electrical and interface assemblies) - Calibration, testing, and operational verification of all installed equipment - On-site training for government personnel on operation and maintenance - Provision of warranty documentation, user manuals, and technical documentation - Unique or Notable Requirements: - All work must comply with manufacturer specifications, OSHA standards, and applicable federal, state, and local codes - Equipment must meet Portland Area IHS dental equipment standardization - Contractor must provide all labor, materials, equipment, transportation, and supervision - Minimum one-year warranty required after installation and acceptance - Preference for completion within 15 days if feasible (maximum 30 days from award) - Place of Performance and Delivery: - Yakama Indian Health Center, 401 Buster Road, Toppenish, WA 98948
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12. This announcement constitutes only solicitation; proposals are being requested and a written solicitation will not be issued.
SOLICITATION INFORMATION
Solicitation Number: 75H71326Q00038
Solicitation Type: Request For Quotation (RFQ)
Contract Type: Firm Fixed Price Commercial Items [Services / Supply]
Issue Date: May 15, 2026
Response Deadline: May 29, 2026, 10:00am Pacific Time
DESCRIPTION
Title: Yakama Indian Health Center Inter-Oral X-ray Replacement
Location: Toppenish, WA
This requirement is for a Firm-Fixed-Price (FFP) purchase order for the urgent procurement, delivery, removal, and installation of eight (8) Midmark Progeny/Preva intraoral X-ray units for the Dental Department at the Yakama Service Unit.
This acquisition is considered urgent due to the current X-ray units being in a degraded operational condition. Specifically, the timer mechanisms on the existing units are malfunctioning and no longer provide accurate output. Additionally, the manufacturer no longer supports these units, and they cannot be repaired, adjusted, or calibrated to meet operational or safety standards.
Replacement of these units is necessary to ensure continued delivery of dental services, maintain diagnostic accuracy, and comply with applicable safety and equipment performance requirements.
Attachment No. 1 – Pricing Schedule (Supplies or Services and Price/Costs)
Attachment No. 2 – Wage Determination
Attachment No. 3 – IEE Form
1. Pricing Schedule / Contract Line Item Numbers (CLINs)
See Attachment No. 1 - Pricing Schedule
2. Scope of Work
Introduction: This Statement of Work (SOW) defines the requirements for a Firm-Fixed-Price (FFP) contract to provide the procurement, delivery, removal, and installation of eight (8) Midmark Progeny/Preva intraoral X-ray units for the Dental Department at the Yakama Service Unit.
The purpose of this requirement is to replace existing intraoral X-ray equipment that is no longer functioning within acceptable operational parameters. The current units have malfunctioning timer mechanisms that result in inaccurate exposure settings, and the manufacturer no longer provides support, maintenance, or calibration services. As a result, the existing equipment cannot be repaired or brought into compliance with required performance and safety standards.
This acquisition is critical to ensuring the continuity of dental diagnostic services, maintaining patient and staff safety, and meeting applicable regulatory and clinical requirements. The Contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to deliver and install fully operational X-ray units and remove and properly dispose of the existing equipment in accordance with all applicable federal, state, and local regulations.
2.1 General Requirements
The Contractor shall provide all labor, supervision, materials, equipment, tools, supplies, transportation, and incidentals necessary to procure, deliver, remove, install, and make fully operational eight (8) Midmark Progeny/Preva intraoral dental X-ray units for the Yakama Service Unit (YSU) Dental Department. All work shall be performed in accordance with manufacturer specifications, applicable federal, state, and local regulations, and industry standards.
2.2 Specific Tasks
The Contractor shall perform, at a minimum, the following tasks:
2.2.1 Removal and Disposal
Remove existing intraoral X-ray units and any associated equipment identified for replacement. Dispose of all removed equipment in accordance with applicable environmental, safety, and regulatory requirements.
2.2.2 Equipment Furnishing and Delivery
The Contractor shall furnish Midmark Progeny/Preva intraoral X-ray units in accordance with Portland Area Indian Health Service dental equipment standardization requirement. Ensure all equipment is new, unused, and meets manufacturer specifications.
2.2.3 Installation and Integration
Install all X-ray units, including mounting, electrical connections, and required interface control assemblies. Provide and install all ancillary components necessary for complete and functional system operation. Coordinate with manufacturer or authorized vendor representatives to ensure proper installation and system integration.
2.2.4 Calibration and Testing
Calibrate and test all installed equipment to ensure proper operation and compliance with manufacturer specifications. Verify that all systems meet applicable safety and performance standards prior to acceptance.
2.2.5 Training
Provide on-site training for Government personnel, including operation, basic troubleshooting, and routine maintenance procedures.
2.2.6 Documentation
Provide complete warranty documentation for all installed equipment. Provide user manuals and technical documentation necessary for operation and maintenance.
2.2.7 Coordination
Coordinate all delivery, removal, and installation activities with Government personnel. Schedule work to minimize disruption to clinic operations and patient care.
3. Period of Performance
The Period of Performance (PoP) shall commence on the date of contract award and continue through completion of delivery, removal of existing equipment, installation, testing, and final system acceptance.
Due to the urgent need to restore dental services, the Contractor shall complete all required work within thirty (30) calendar days from the date of award. The Government’s objective is an accelerated completion within fifteen (15) calendar days, if feasible.
This expedited schedule is critical, as the existing X-ray systems are non-operational and have resulted in disruption of dental services. Timely completion is required to restore full clinical capability and ensure patients regain access to necessary dental care.
Following installation and Government acceptance, the Contractor shall provide a minimum one (1) year warranty covering all equipment, parts, and labor. Warranty support shall include repair or replacement of defective components and ensure continued operational reliability of the systems.
4. Performance Requirements
All work shall be performed in a safe, professional, and competent manner and shall comply with the following:
Manufacturer specifications and installation requirements Applicable Occupational Safety and Health Administration (OSHA) safety standards All applicable federal, state, and local codes, including electrical and facility requirements Industry standards for medical and dental equipment installation
The Contractor shall ensure that all installed systems are fully operational, compliant, and safe for clinical use at the time of Government acceptance.
5. Place of Performance / Delivery Location
The primary place of performance and delivery location for this requirement shall be:
Yakama Indian Health Center 401 Buster Road Toppenish, WA 98948
All equipment shall be delivered, installed, and made fully operational at the above location unless otherwise directed by the Contracting Officer.
The Contractor shall coordinate all delivery and installation activities with the Contracting Officer’s Representative (COR) to ensure proper access to the facility and to minimize disruption to ongoing clinical operations.
APPLICABLE PROVISIONS AND CLAUSES
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 dated March 13, 2026.
The provision at FAR 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition.
The provision at FAR 52.212-2, Evaluation—Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: technical capability, past performance, and price.
Offerors are advised to submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer.
The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition.
CLAUSES INCORPORATED BY REFERENCE FAR 52.252-2
Full text available at http://www.acquisition.gov
52.202-1 Definitions (Jun 2020)
52.204-7 System for Award Management (Oct 2018)
52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)
52.212-4 Contract Terms and Conditions – Commercial Items (Mar 2026)
52.217-8 Option to Extend Services (Nov 1999)
52.222-3 Convict Labor (Jun 2003)
52.222-26 Equal Opportunity (Sep 2016)
52.222-35 Equal Opportunity for Veterans (Jun 2020)
52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)
52.223-6 Drug-Free Workplace (May 2001)
52.224-1 Privacy Act Notification (Apr 1984)
52.224-2 Privacy Act (Apr 1984)
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)
52.229-3 Federal, State, and Local Taxes (Feb 2013)
52.229-4 Federal, State, and Local Taxes (State and Local Adjustments) (Feb 2013)
52.23
DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES:
352.222-70 Contractor Cooperation In Equal Employment Opp. Investigations (Dec 2015)
352.223-70 Safe And Health ( Dec 2015)
352.226-1 Indian Preference (Dec 2015)
352.226-2 Indian Preference Program (Dec 2015)
352.232-71 Electronic Submission of Payment Request (Feb 2022)
SET-ASIDE AND NAICS INFORMATION
Set-Aside: Indian Small Business Economic Enterprise
NAICS Code: 339114 – Dental Equipment and Supplies
Size Standard: 750 Employees
INSTRUCTIONS TO RESPONDENTS AND EVALUATION CRITERIA
Submission of Quotes
Quotes shall be submitted electronically via email to PORAOAcquisition@ihs.gov.
The subject line shall include the solicitation number 75H71326Q00038 and the Offeror’s entity name.
Quotes shall include:
Completed price quote (CLIN Schedule) Technical submission demonstrating relevant experience and ability to meet the requirement. Completed IEE Form
Questions
Questions regarding this solicitation shall be submitted in writing via email to PORAOAcquisition@ihs.gov no later than four (3) business days prior to the closing date. The subject line shall include the solicitation number 75H71326Q00038.
BASIS FOR AWARD:
The Government intends to award a contract to the responsible Offeror whose quote represents the best value to the Government, considering price and non-price factors. The Government may award to other than the lowest-priced Offeror.
This procurement is time-sensitive, and the Government will consider the Offeror’s ability to expeditiously deliver and install the required systems to restore dental services.
The Government reserves the right to:
Make no award Evaluate quotes without discussions Communicate with Respondents for clarification purposes only Exclude quotes that fail to follow solicitation instructions
EVALUATION FACTORS
Evaluation Factors for Award
The Government will award a contract to the responsible offeror whose quote, conforming to the solicitation, represents the best value to the Government, considering price and other factors.
Evaluation factors are listed in descending order of importance:
Factor 1: Technical Capability
The Government will evaluate the offeror’s ability to successfully perform the requirements of the Statement of Work, including:
Understanding of the requirement Approach to delivery, installation, and system integration Ability to meet the required schedule
Factor 2: Past Performance
Past performance will be evaluated based on:
Previous experience with similar work References provided by the offeror Any other relevant information available to the Government
Factor 3: Price
Price will be evaluated for completeness and reasonableness. The offeror shall provide all-inclusive pricing, including equipment, delivery, installation, removal, travel, labor, and any other associated costs.
Relative Importance
When combined, non-price factors are more important than price. However, as quotes become more equal in non-price factors, price may become a determining factor.
End of Combined Synopsis/Solicitation