Bluebeam AECO Software License
ID: SS-25-PHX-020Type: Sources Sought
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Bluebeam AECO software licenses for the Phoenix Area Indian Health Service (PAIHS). The procurement aims to enhance project workflows, communication, and document management for 30 users, with a focus on improving operational efficiency in architecture, engineering, construction, and ownership. This initiative underscores the importance of leveraging technology in public health-related projects, ensuring that the selected contractor provides technical support and meets specific compatibility and performance requirements. Interested parties must respond to the Sources Sought Notice by March 17, 2025, and provide necessary documentation, including qualifications and self-certification under the Buy Indian Act, to Marilyn Duran at marilyn.duran@ihs.gov or Michele Lodge at michele.lodge@ihs.gov.

    Point(s) of Contact
    Michele Lodge, Contract Specialist
    (702) 204-9522
    Michele.Lodge@ihs.gov
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for the provision of Bluebeam AECO software licenses to the Phoenix Area Indian Health Service (PAIHS) to enhance their operations in architecture, engineering, construction, and ownership. The contract specifies the delivery of licenses for 30 users, including features for project workflows, communication, document management, and collaboration. Technical support from the contractor is mandated for initial setup, configuration, and troubleshooting. Key technical specifications include compatibility with existing systems, access to the latest software version, and capabilities for managing digital construction documents, project tracking, and integration with other software. A Service Level Agreement (SLA) states that support requests must receive a response within 24 hours, with resolutions aimed for completion within 48 hours. This SOW highlights the government’s initiative to improve operational efficiency through technology in public health-related construction and project management.
    The document from the Department of Health & Human Services outlines the requirements for self-certification under the Buy Indian Act for enterprises responding to federal solicitations. Offerors must confirm that they qualify as an "Indian Economic Enterprise," maintaining this status throughout the bidding process and contract duration. Any loss of eligibility requires immediate notification to the Contracting Officer. Additionally, successful bidders must be registered with the System of Award Management (SAM). Submitting false information is a violation of federal law, with severe legal consequences. The document includes sections for the offeror's certification, including the name of the owner, the affiliated federally recognized tribal entity, and the business’s Unique Entity Identifier (UEI) number. This form serves as a crucial tool in ensuring compliance with the Buy Indian Act while facilitating a fair procurement process for eligible Indian-owned businesses.
    The document outlines a Sources Sought Notice for the procurement of Bluebeam AECO Management Software by the Indian Health Service (IHS), classified under NAICS code 541519, focusing on federal acquisition compliance with the Buy Indian Act. The software aims to enhance project workflows, collaboration, and communication for the PAIHS, necessitating features like document management and technical support for 30 users in the first contract year. Interested parties must provide written responses detailing their qualifications, including business categorization (IEE or ISBEE), a capability statement, and manufacturer authorization. This notice serves as market research to assess the likelihood of obtaining offers from Indian Economic Enterprises and ensure compliance with federal procurement regulations. Responses are due by March 17, 2025, with required documentation including tax IDs and self-certification forms. The notice reinforces the commitment to support Indian businesses in federal contracting while ensuring proper market analysis and eligibility verification.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide Licensing, Maintenance, and Support for IHS Great Plains Areawide Laboratory Information Systems. Period of Performance: 01/01/2025 - 12/31/2025.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to provide licensing, maintenance, and support for the Great Plains Areawide Laboratory Information Systems, with a contract period from January 1, 2025, to December 31, 2025. The procurement aims to establish a comprehensive solution that includes middleware support, compatibility with existing HL7 interfaces, and ongoing training and maintenance services to enhance clinical operations across IHS service units. This initiative is crucial for ensuring effective data exchange and standardization in healthcare technology within the Great Plains Area. Interested parties should respond to the Sources Sought notice by submitting their company information to David Jones at david.jones@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    Flooring
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small business firms to provide Mathews & Parlo LXP100 Color LP06 LVP flooring for the Rosebud Indian Health Services Hospital in South Dakota. This Sources Sought Notice aims to identify capable suppliers as part of market research prior to any formal solicitations, emphasizing the importance of the flooring in supporting healthcare facilities. Eligible respondents include various small business classifications, and submissions must be registered in the System for Award Management (SAM) with responses due by March 28, 2025. Interested parties should direct their written responses to Jarrod Cole at jarrod.cole@ihs.gov or via phone at 605-747-0402, ensuring that their submissions do not exceed 50 pages.
    Notice of Intent to Award – Multiple Blanket Purchase Agreements
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, intends to establish multiple Blanket Purchase Agreements (BPAs) with Henry Schein, Inc. and A-Dec, Inc. for the procurement of various dental and medical supplies, equipment, and maintenance services for the Shiprock Service Unit in New Mexico. This initiative aims to ensure the availability of essential materials and services necessary for effective dental care, with the BPAs set to cover an initial one-year period and four optional one-year extensions. Interested vendors who believe they can meet the requirements are encouraged to submit their capability statements and pricing by March 19, 2025, to the designated contact, Michael Austin, at michael.austin@ihs.gov. This notice is not a request for quotes, and no further awards will be made unless the needs of the Shiprock Service Unit change.
    Capability Search of ISBEE/IEE Construction Firms
    Buyer not available
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF is conducting a Capability Search of ISBEE/IEE Construction Firms in Arizona, UNITED STATES. This search aims to identify Native American/Indian-Owned (Indian Small Business Economic Enterprises) Construction firms for current upcoming projects. The purpose of this procurement is to give preference to Indian Economic Enterprises (IEE) in accordance with the Buy Indian Act. Interested firms should respond to this notice promptly by following the attached form and instructions. This procurement is specific to the Commercial and Institutional Building Construction industry and falls under the CONSTRUCTION OF HOSPITALS AND INFIRMARIES category.
    Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract. This procurement aims to gather specialized cost data and estimating services that will support the construction and renovation of facilities serving Native American communities. The selected contractor will play a crucial role in ensuring accurate budgeting and financial planning for projects that enhance healthcare infrastructure. Interested parties should contact Matt D Sanders at matt.sanders@ihs.gov or 206-374-7302, or Andrew E. Hart at andrew.hart@ihs.gov or 206-615-2453 for further details. Additionally, Offerors must comply with the Buy Indian Act and confirm their status as an "Indian Economic Enterprise" throughout the contract process.
    Sources Sought Notice, Antivenin Anascorp Injection, IHS, Phoenix Area Wide BPA
    Buyer not available
    The Indian Health Service (IHS) is conducting a sources sought notice to identify suppliers for Antivenin, Centuronides Immune FAB2, and Anascorp Injection, specifically targeting Indian Economic Enterprises (IEEs), Indian Small Business Economic Enterprises (ISBEEs), and other small businesses. The procurement aims to ensure the availability of these critical pharmaceutical supplies for nine IHS locations in the Phoenix area, emphasizing compliance with the Buy Indian Act to prioritize acquisitions from ISBEEs. Interested vendors must submit a capability statement, including their socio-economic status and proof of being an authorized distributor, by March 19, 2025, to Donovan Conley at Donovan.Conley@ihs.gov. For further inquiries, vendors can contact Donovan Conley at 602-364-5174.
    BPA for surgical items
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for a Blanket Purchase Agreement (BPA) for surgical items, with a focus on supporting Indian Economic Enterprises. This procurement aims to acquire a range of medical and surgical instruments, including items essential for trauma and biological procedures, as outlined in the detailed pricing list provided. The contract will cover a base year from March 15, 2025, to September 30, 2025, with quotes due by February 26, 2025, at 1:00 PM CST. Interested vendors must ensure they are registered in the System for Award Management (SAM) and adhere to the requirements set forth in the solicitation, including the necessity for comprehensive documentation and compliance with the Buy Indian Act. For further inquiries, vendors can contact Misti Bussell at misti.bussell@ihs.gov or by phone at 918-342-6235.
    Intent to Award Blanket Purchase Agreements (BPA) for Dental Supplies for Tsaile Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award multiple Blanket Purchase Agreements (BPAs) for dental supplies to the Tsaile Health Center in Arizona. The procurement aims to secure various dental supplies for patient care on an as-needed basis, with the selected vendors including First Nations Distribution, LLC, Lakota Enterprises, Inc., National Environmental Inc. dba Buy Indian Medical, and NativeVet Material, LLC. These supplies are crucial for maintaining dental health services within the community, and the anticipated period of performance for the BPAs is one year from the date of award. Interested vendors who believe they can meet the requirements are encouraged to submit their capability statements and price lists via email to Earl Morris Jr. at earl.morris@ihs.gov by March 20, 2025, at 5:00 PM MST.
    THC – Pharmacy Department - Two (2) Pharmacist
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide pharmacist services at the Tsaile Health Center in Arizona. The procurement involves supplying two pharmacists for a contract period from May 1, 2025, to April 30, 2028, with contractors responsible for all associated costs and operating independently without government supervision. This opportunity is designated for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561320, emphasizing the importance of supporting Indian-owned businesses in public procurement. Interested parties must submit their quotes by March 26, 2025, directly to the designated contracting officer, Earl Morris Jr., at earl.morris@ihs.gov, with secondary contact Tanya Begay available at tanya.begay2@ihs.gov for further inquiries.
    Sources Sought - Radiology PM & Repair Services
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking potential contractors to provide preventive maintenance and repair services for Shimadzu Medical Systems USA radiology equipment at the Fort Yuma Health Center and the Fort Duschesne Indian Health Center in California. This opportunity is specifically set aside for Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs) under the Buy Indian Act, emphasizing the importance of supporting indigenous economic development. Interested businesses must submit a capability statement and confirm their eligibility as an IEE or ISBEE, ensuring compliance with federal regulations. The deadline for submissions is March 21, 2025, and inquiries can be directed to Kerri Gilmore at Kerri.Gilmore@ihs.gov.