Portable Dental Units for the Cass Lake Service Unit
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Indian Health Service (IHS), Bemidji Sub-Area Office, is soliciting proposals for the procurement of three (3) Portable Dental Units for the Cass Lake Service Unit in Cass Lake, MN. These units are required to replace end-of-life systems and ensure continued patient care at outreach sites. This is a 100% Total Small Business Set-Aside and will be awarded as a Firm Fixed-Price contract. Offers are due by March 9, 2026, at 1:00 PM CT.
Scope of Work
The requirement is for three self-contained, mobile, and easily transportable portable dental units. These units must support comprehensive dental procedures including diagnostic, preventative, restorative, and pulp therapy. Key technical specifications include:
- Physical: Easily wheeled, maximum 175 lbs, dual docking arms, stain-resistant work surface.
- Power & Attachments: Standard outlet plug, specific high/low-speed lines, air-water syringe, high-speed evacuator, saliva ejector suction lines, and a mountable instrument tray.
- Sterilization & Maintenance: Unit operation and service manuals must include sterilization instructions for removable waterline and suction attachments (AAMI and ANSI standards). Daily, weekly, monthly, quarterly, and annual maintenance schedules must be clearly outlined.
- Components: Oil-less air compressor (<50 dB), oil-less vacuum pump (at least 1/2 HP, 20" Hg suction, high flow option, holding tank with auto shut-off), and an EPA/ISO/ANSI compliant amalgam separator.
- Waterline: Closed water system preferred, compliance with CDC and ADS guidelines, and specific maintenance instructions (iodine or silver ion-based products, no diluted bleach).
- Documentation: Current and comprehensive Instructions for Use (IFUs) meeting CDC and ADS guidelines.
- Warranty: Minimum 1 year.
- Delivery: Required within 60 Days After Receipt of Order (ARO).
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Set-Aside: 100% Total Small Business
- NAICS Code: 339114 (Dental Equipment and Supplies Manufacturing) with a 750-employee size standard.
- Solicitation Issue Date: February 26, 2026
- Offer Due Date: March 9, 2026, 1:00 PM CT
Evaluation & Submission
Award will be made to the Lowest Priced Technically Acceptable (LPTA) proposal. Proposals must meet or exceed acceptability standards for non-cost factors. All proposals must be submitted electronically.
Additional Notes
Contract administration will be handled by the Indian Health Service in Bemidji, MN. Invoices must be submitted electronically via the U.S. Department of the Treasury's Invoice Processing Platform (IPP). Payment terms are Net 15. Numerous FAR and HHSAR clauses are incorporated by reference.