(Buy-Indian) Sources Sought: CPRR lease for D-100 Hemoglobin A1c Equipment
ID: SS-IHS1508567(Buy-Indian)Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 9:00 PM UTC
Description

The Department of Health and Human Services, through the Indian Health Service (IHS), is conducting a Sources Sought notice to identify qualified Indian Small Business Economic Enterprises (ISBEE) capable of providing a Cost Per Reportable Result (CPRR) agreement for D-100 Hemoglobin A1c (HbA1c) equipment for the Phoenix Indian Medical Center (PIMC). The procurement aims to secure an HbA1c instrument that can interface with existing hospital systems, ensuring quality control and compliance with accreditation guidelines, while also providing necessary technical support and maintenance services. This initiative underscores the government's commitment to enhancing healthcare services within Native American communities by promoting economic opportunities for Indian-owned businesses. Interested vendors must respond by April 17, 2025, and can direct inquiries to Kenneth Nicholson at kenneth.nicholson@ihs.gov.

Point(s) of Contact
Kenneth Nicholson
kenneth.nicholson@ihs.gov
Files
Title
Posted
Apr 9, 2025, 11:06 PM UTC
The document outlines a Statement of Work for a Cost Per Reportable Result (CPRR) agreement regarding D-100 Hemoglobin A1c (HbA1c) equipment and associated services for the Phoenix Indian Medical Center (PIMC). The contractor is responsible for providing an HbA1c instrument capable of chromatographic measurements, ensuring quality control, and performing necessary validation studies as per accreditation guidelines. Additional responsibilities include interface capabilities with existing hospital systems, providing technical support and training to laboratory staff, and supplying necessary parts and maintenance services at no extra cost. The contract is structured for a base period with four optional annual extensions, emphasizes energy efficiency, and mandates direct communication regarding product availability. A designated Contracting Officer Representative will oversee compliance and technical evaluation. All invoicing shall adhere to specific guidelines to ensure timely processing, and the contractor is expected to maintain operational support 24/7. This agreement underscores the government's commitment to providing quality healthcare services through reliable laboratory technology and support systems.
Apr 9, 2025, 11:06 PM UTC
The Department of Health & Human Services (HHS), through the Indian Health Service, requires self-certification from Offerors regarding their status as an “Indian Economic Enterprise” under the Buy Indian Act (25 U.S.C. 47). The form must be completed and submitted alongside offers responding to relevant solicitations or requests for information. Offerors must affirm their compliance at three crucial stages: at the time of submission, at contract award, and throughout contract performance. If eligibility status changes, Offerors are obligated to notify the Contracting Officer immediately. Furthermore, successful Offerors must be registered with the System of Award Management (SAM). False representations can lead to legal repercussions under several laws, emphasizing the need for accurate disclosures. The document outlines the responsibilities tied to certifying compliance, ensuring adherence is a critical factor in contract awards, particularly with set-asides or sole source contracts. This framework aims to promote economic opportunities within Native American communities by supporting Indian-owned businesses in federal contracting.
Apr 9, 2025, 11:06 PM UTC
The Indian Health Service (IHS) is seeking contractors for a Cost Per Reportable Result (CPRR) agreement related to D-100 Hemoglobin A1c equipment and services for the Phoenix Indian Medical Center (PIMC) Laboratory. This Sources Sought Notice aims to gather information and assess compliance with the Buy Indian Act, prioritizing acquisitions from Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE). Interested firms must provide various details, including their qualifications, capabilities, and in some cases, manufacturer authorization to perform required services. The Government is particularly focused on identifying potential vendors that comply with set-aside requirements, aiming for multiple offers from qualified IEEs. This notice serves merely as a market research tool and is not a request for quotes, with responses due by April 17, 2025. Potential contractors must also self-certify their IEE status and indicate the relevant Federally Recognized Indian Tribe or Alaska Native Corporation they represent. The attached Statement of Work outlines additional specifics regarding the service requirements.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
PIMC – CPPR Urinalysis Equipment & Service Agreement
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Cost Per Reportable Result Agreement for CPPR Urinalysis Equipment and Service Agreement at the Phoenix Indian Medical Center (PIMC) in Phoenix, Arizona. The procurement involves supplying fully automated urinalysis analyzers capable of conducting urine chemistry, microscopy, and body fluid testing, along with necessary reagents, consumables, technical support, and training, all at no additional cost. This initiative is crucial for enhancing laboratory capabilities and ensuring quality healthcare services through advanced diagnostic technology. Interested contractors must submit their quotes by April 24, 2025, with the contract period anticipated to run from June 21, 2025, to May 31, 2026, and can contact Kenneth Nicholson at kenneth.nicholson@ihs.gov for further information.
Brand Name or Equal Ortho Diagnostics Blood Bank and Quality Control Supplies, IHS, Hopi Health Care Center, 5-Year BPA
Buyer not available
The Indian Health Service (IHS) is soliciting proposals for a Five-Year Blanket Purchase Agreement (BPA) for Brand Name or Equal Ortho Diagnostics Blood Bank and Quality Control Supplies, specifically for the Hopi Health Care Center located in Polacca, Arizona. The procurement aims to secure essential diagnostic supplies that support healthcare services, ensuring compliance with federal regulations and quality standards. Interested vendors must submit their proposals electronically by April 25, 2025, with all pricing details for the Contract Line Items (CLINs) included, and are required to register in the System for Award Management (SAM). For further inquiries, contact Donovan Conley at Donovan.Conley@ihs.gov or by phone at 602-364-5174.
ISBEE/IEE-Qualstar Q80 Tape Library Hardware Replacement and Warranty Services
Buyer not available
The Indian Health Service (IHS), part of the Department of Health and Human Services, is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide replacement and warranty services for the Qualstar Q80 Tape Library System, including an IBM LTO-8 FC Tape Drive. The procurement aims to secure two Qualstar Q80 Tape Library Systems, along with necessary components and a five-year warranty, to support the National Data Warehouse, as the current equipment has reached its end of support. This initiative is crucial for maintaining the operational efficiency of IHS's data management infrastructure, which serves over 2.6 million American Indians and Alaska Natives. Interested vendors must submit their capability statements and the Buy Indian Act Representation Form by 9:00 AM EST on April 22, 2025, to Javier Medina-Velazquez at javier.medina-velazquez@ihs.gov, referencing sources sought number 75H70425Q00018.
SOURCES SOUGHT: Support of IM interface Connection, Support of IM, and Support of Specimen Management Package
Buyer not available
The Indian Health Service, specifically the Navajo Area Indian Health Service, is conducting a sources sought notice to identify potential sources for support services related to the Instrument Manager system at the Kayenta Health Center in Arizona. The primary objective is to facilitate the interfacing of laboratory instruments with the RPMS server, enabling automatic transmission of test results to enhance patient care by reducing manual entry errors. Interested parties are invited to submit their qualifications, including company profiles and capability statements, by April 20, 2025, to Flora Washington at flora.washington@ihs.gov. This opportunity is not a solicitation, and participation is voluntary; however, registration in the System for Award Management (SAM) is required for any future proposals.
Equipment – Sonosite PX Ultrasound System
Buyer not available
The Indian Health Service, specifically the Navajo Area Indian Health Service, is conducting market research to identify potential sources for the procurement of a Sonosite PX Ultrasound System. This sources-sought notice aims to gather information from qualified vendors to assist in fulfilling the government's requirement for this medical imaging equipment, which is crucial for healthcare delivery in the region. Interested parties are encouraged to submit their company profiles and capabilities by April 21, 2025, to Brenda Joe at brenda.joe@ihs.gov, ensuring compliance with the Buy Indian Act and registration in the System for Award Management (SAM). This opportunity is set aside for Indian-owned economic enterprises, and submissions must include relevant documentation to verify eligibility.
Sources Sought to provide Cepheid Laboratory Supplies
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking sources to provide Cepheid Brand Laboratory Supplies for the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) located in Sisseton, South Dakota. The procurement aims to identify businesses capable of supplying various Cepheid specimen collection and testing kits, including significant quantities of diagnostic tests essential for public health initiatives. This opportunity emphasizes the importance of rapid testing solutions for various pathogens, aligning with the IHS's commitment to serving Indian economic enterprises under the Buy Indian Act. Interested vendors are encouraged to submit their capability statements by April 30, 2025, to Andrea Whipple at andrea.whipple@ihs.gov, ensuring they include all required company information and registration details.
Eclipse Two-Channel EP Balance System
Buyer not available
The Indian Health Service (IHS) is conducting market research to identify potential sources for the procurement of an Eclipse Two-Channel EP Balance System, specifically for the Gallup Service Unit in New Mexico. This sources-sought notice aims to gather information from qualified vendors to assess their capabilities in fulfilling this requirement, which falls under the NAICS code 334510 for electromedical apparatus manufacturing. The selected vendor will play a crucial role in enhancing medical services provided to the Navajo community. Interested parties are encouraged to submit their qualifications and relevant documentation by April 23, 2025, at 10:00 am (MDT) to William Lee at William.Lee@ihs.gov, ensuring compliance with the Indian Small Business Economic Enterprise (ISBEE) set-aside requirements.
SOURCES SOUGHT: Firm Fixed-Price, Commercial Item, Delivery/Task Order to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota. POP: Base Plus Four (4) Option Years
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU) at the Fort Yates IHS Hospital in North Dakota. The procurement aims to enhance laboratory services by supplying essential reagents for the Abbott Architect i1000SR Immunoassay Analyzer, which will be used for various diagnostic tests, including the detection of proteins, allergens, drugs, and infectious diseases. Timely delivery is crucial, with a requirement for items to be shipped within seven days and the capability for expedited overnight shipping in urgent situations. Interested parties must respond to the Sources Sought notice by providing their company information and identifying their business status in relation to the specified NAICS code (424210) by the deadline, with all submissions directed to David Jones at the Great Plains Area Indian Health Service.
Reagents for Cepheid GeneXpert System
Buyer not available
The Indian Health Service, specifically the Navajo Area Indian Health Service, is soliciting bids for the supply of reagents for the Cepheid GeneXpert System at the Kayenta Health Center in Arizona. This procurement aims to acquire essential medical supplies, including various collection kits and reagents necessary for diagnostic testing, with a focus on quality and compliance with federal acquisition regulations. The contract period is set from June 1, 2025, to May 31, 2026, and the solicitation is a small business set-aside, encouraging participation from eligible businesses, including veteran-owned and women-owned entities. Interested vendors must submit their offers by April 21, 2025, and can contact Flora Washington at flora.washington@ihs.gov or 928-380-8345 for further information.
Dual Technology Carpet Maintainer - 28" Ride-on
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking quotations for the procurement of a R14 Ride-on Dual Technology Carpet Maintainer, with a focus on supporting Indian Small Business Economic Enterprises (ISBEE). The procurement requires vendors to provide new equipment, possess authorization from the Original Equipment Manufacturer (OEM), and submit a verification letter from the OEM, with delivery to the Fort Yuma Healthcare Center in California. This equipment is essential for maintaining cleanliness and hygiene standards within healthcare facilities. Interested vendors must submit their quotes by April 21, 2025, at 5:00 PM EDT, and can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or 602-364-5012 for further information.