Incubators for Lab Department
ID: 75H71025Q00163Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENAVAJO AREA INDIAN HEALTH SVCWINDOW ROCK, AZ, 86515, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the procurement of incubators for the Lab Department at the Navajo Area Indian Health Service in Crownpoint, New Mexico. The opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and focuses on acquiring analytical laboratory instruments, particularly SCO Air Jacketed CO2 Incubators, which are essential for maintaining precise incubation conditions in laboratory settings. Interested vendors must comply with the Buy Indian Act and self-certify as Indian Economic Enterprises, ensuring that the procurement supports economic development within Indian communities. For further details, potential bidders can contact Arlynda Largo at arlynda.largo@ihs.gov or Janice Martinez at janice.martinez@ihs.gov, with the proposal submission deadline and additional requirements outlined in the solicitation documents.

    Files
    Title
    Posted
    The Indian Health Service's document outlines the requirements for self-certifying as an “Indian Economic Enterprise” under the Buy Indian Act, specifically for those responding to solicitations or requests for information (RFI). Offerors must verify their eligibility at the time of bidding, contract award, and throughout the contract's duration. Any change in eligibility mandates immediate notification to the Contracting Officer. Documentation may be required before awarding contracts, and false or misleading representations can lead to legal consequences. Offerors must also be registered with the System of Award Management (SAM). The self-certification includes a declaration from the owner of the enterprise confirming compliance with the Buy Indian Act's ownership criteria and requests information such as the DUNS number. This form serves to ensure that government contracting opportunities are allocated to eligible enterprises, supporting economic development within Indian communities.
    The document outlines a Request for Proposal (RFP) for supplies and services to be provided to the Northern Navajo Medical Center in Shiprock, NM, emphasizing the acquisition of medical equipment and related services. The solicitation number indicates a federal contract with significant focus on compliance with regulations tailored for small and disadvantaged businesses, specifically those owned by Indian Economic Enterprises (IEEs). It highlights that the contract is 100% set aside for Indian-owned small businesses, and details essential terms for proposals, including deadline, submission instructions, and clauses governing contract execution. Important criteria for evaluation include technical capability and price, with the opportunity for options that may influence the contract award. Additionally, the document mandates adherence to electronic payment processes and detailed compliance with Federal Acquisition Regulations (FAR) and Health and Human Services Acquisition Regulations (HHSAR). Lastly, it underscores the legal framework ensuring that all solicitations are compliant with the Buy Indian Act ensuring that only qualified Indian businesses are solicited, thereby promoting economic development within Indian communities.
    The document presents a detailed selection chart for SCO Air Jacketed CO2 Incubators, outlining various model specifications tailored for laboratory settings. Key models included are SCO5A, SCOSA, SCO10A, and SCO10A-2, with details such as voltage requirements, electrical specifications, CO2 range, sensor types, temperature uniformity, and recovery capabilities. Models comply with international performance standards set by DIN 12880 and ASTM, ensuring reliability for scientific applications. The incubators feature a patented copper-coated HEPA filter designed to minimize contamination effectively. The specifications cover interior and exterior dimensions, weight limits, construction materials, and available accessories to meet diverse laboratory needs, including additional shelves and CO2 tank regulators. Emphasizing the importance of installation guidelines, the document indicates necessary wall clearances and includes detailed weights for empty units and shipping. The structured format of the information facilitates easy comparison and decision-making for potential federal or state procurement processes, especially in research-oriented environments needing precise incubation conditions.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Ultrasound system
    Health And Human Services, Department Of
    The Indian Health Service (IHS), specifically the Phoenix Area Indian Health Service, is seeking quotations for the procurement of a Sonosite ST Ultrasound System, along with a small basket and an L19-5 transducer. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 339112 and PSC code 6515, emphasizing the importance of supporting Native American small businesses in the healthcare sector. The successful vendor must be an authorized OEM dealer, and all items must be new, with shipping costs included to the Supai Clinic in Parker, Arizona. Quotes are due by December 22, 2025, at 5:00 PM Eastern, and interested parties should contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or by phone at 602-364-5012 for further details.
    Emergency Department Medical Equipment and Supplies
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting market research to identify potential sources for medical equipment and supplies needed for the Emergency Department at Gallup Indian Medical Center in New Mexico. The procurement focuses on a variety of essential items, including general procedure carts, adjustable-height instrument tables, isolation carts, and various scales, all adhering to specific infection control standards and operational efficiency requirements. This opportunity is crucial for ensuring the availability of high-quality medical supplies that support healthcare delivery in the region. Interested vendors must submit their qualifications and capability statements by December 19, 2025, at 10:00 AM (MST) to Rodney Brown at Rodney.Brown@ihs.gov, and must be registered in the System for Award Management (SAM) to participate.
    Firm-Fixed-Price Hillrom Centrella Beds for CRHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm-fixed-price contract to purchase two Centrella Hillrom beds for the Cheyenne River Health Center located in Eagle Butte, South Dakota. This procurement is a 100% Small Business Set-Aside under NAICS Code 339112, focusing on the acquisition of new medical equipment to enhance patient care and operational efficiency at the health center. Proposals must be submitted by January 14, 2025, at 2:00 PM CT, and should include comprehensive details such as technical descriptions, pricing, and past performance information. Interested vendors should direct inquiries to Mona Weinman at mona.weinman@ihs.gov, and ensure compliance with registration requirements at SAM.gov and the use of the Invoice Processing Platform for invoicing.
    Blanket Purchase Agreement (BPA) - Miscellaneous Triage D-dimer test kits
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting market research to identify potential sources for a Blanket Purchase Agreement (BPA) for miscellaneous Triage D-dimer test kits, specifically through its Navajo Area Indian Health Service office. This sources-sought notice aims to gather information on qualified vendors capable of fulfilling this requirement, which is critical for in-vitro diagnostic testing in healthcare settings. Interested parties must submit their qualifications, including company profiles and capability statements, by December 23, 2025, to William Lee at William.Lee@ihs.gov. It is important to note that this is not a solicitation, and all respondents must be registered in the System for Award Management (SAM) to comply with federal requirements.
    Large Capacity Autoclaves for KHC Dental Department
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified vendors to provide large capacity dental autoclaves for the Kayenta Service Unit located in Kayenta, Arizona. This procurement aims to fulfill the dental equipment needs of the department, which is crucial for maintaining hygiene and safety standards in dental practices. The Request for Quotations (RFQ) No. 75H71026Q00029 is anticipated to be issued by December 18, 2025, with quotes due by January 5, 2026. This opportunity is set aside for Indian-owned Small Business Economic Enterprises (ISBEE), and interested parties must ensure they have an active registration in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact Charity Yellowhair-Gilbert at charity.yellowhair-gilbert@ihs.gov or call 928-697-5070.
    Firm-Fixed-Price, Non-Personal Services – Two (2) Hospitalist/Nocturnist Services-Pine Ridge, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Businesses Economic Enterprises (ISBEE) to provide two Hospitalist/Nocturnist services at the Pine Ridge Comprehensive Health Care Facility in South Dakota. The objective is to secure non-personal services through a firm-fixed-price contract, which includes a three-month base period and nineteen additional three-month options, to enhance healthcare delivery for the Oglala Lakota Nation. This procurement is critical for addressing high patient demand and ensuring continuity of care in a facility that serves a significant population of American Indians and Alaska Natives. Interested parties must submit their capability statements by January 15, 2026, to Mona Weinman at mona.weinman@ihs.gov, including relevant company information and experience in similar services.
    Laundry Services - Crow Service Unit
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide laundry services for the Crow Service Unit located in Crow Agency, Montana. The procurement aims to identify Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of delivering laundry services, which include the laundering of approximately 49,000 pounds of soiled linen annually, along with entry mats and dust control mats. This service is crucial for maintaining hygiene standards in the 24-bed health facility, with laundry pickups and deliveries scheduled twice a week. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form by December 27, 2025, to Tanya Azure at Tanya.Azure@ihs.gov. The contract duration is one year with four option years, and vendors must demonstrate compliance with the IEE definition and ownership requirements as outlined in the opportunity notice.
    Sources Sought - FYSU Cloud Web-Based Inventory Management System Service
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide a cloud-based inventory management system for the Fort Yuma Health Care Center (FYHCC) in Winterhaven, California. The required system must include features such as real-time inventory tracking, automated purchasing workflows, electronic requisitioning, barcode and mobile scanning capabilities, and customizable reporting and analytics, along with comprehensive implementation services, training, and ongoing technical support. This procurement is crucial for modernizing inventory management operations within the healthcare facility, ensuring efficient and effective service delivery. Interested vendors must submit their qualifications, including a completed Indian Economic Enterprise Representation form, by December 24, 2025, at 1 PM EST, and can contact Minkyu Kim at minkyu.kim@ihs.gov for further information.
    AEDs for KHC General Services Department
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking suppliers for Automated External Defibrillators (AEDs) for the Navajo Area Indian Health Service located in Kayenta, Arizona. This procurement is part of a requirement to enhance medical emergency response capabilities within the service unit, emphasizing the critical role of AEDs in saving lives during cardiac emergencies. The Request for Quotations No. 75H71026Q00023 is anticipated to be issued by December 18, 2025, with quotes due by January 5, 2026, at 10:00 AM EDT. Interested vendors must have an active registration in the System for Award Management (SAM) and can direct inquiries to Charity Yellowhair-Gilbert at charity.yellowhair-gilbert@ihs.gov or by phone at 928-697-5070.
    Printer/Scanner/Copiers for the Albuquerque Area IHS & the Albuquerque Area Office
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of four Canon imageRUNNER ADVANCE DX C5860i Color Systems, which includes three units for the Albuquerque Area Office and one for the IHS Warehouse, along with preventive maintenance services. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and small business concerns, emphasizing the importance of these multifunctional printers in enhancing workflow efficiency and security within the healthcare environment. Interested vendors must submit their quotes via email to Stephanie Begay by 12:00 pm MST on January 7, 2026, with the contract structured as a firm-fixed-price order that includes a base year and four option years for maintenance services. For further details, vendors can contact Stephanie Begay at stephanie.begay3@ihs.gov or by phone at 505-256-6750.