Sources Sought: Firm Fixed-Price, Commercial Item, Brand Name Only Purchase to provide two (2) Horus HD Digital Scope System – Series 3 for the Fort Thompson Service Unit (FTSU), Fort Thompson IHS Health Center, Fort Thompson, SD. POP: 180 Days from Award.
ID: IHS1511319Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEGREAT PLAINS AREA INDIAN HEALTH SVCABERDEEN, SD, 57401, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

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

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide two Horus HD Digital Scope Systems – Series 3 for the Fort Thompson Health Center in South Dakota. This procurement is a Firm Fixed-Price order aimed at fulfilling specific medical equipment needs, with a performance period of 180 days from the date of award. The equipment is critical for medical operations, and the procurement is limited to a brand name purchase from Colossal Contracting, LLC, due to the unique specifications required for clinical use. Interested parties must submit a capability statement to David Jones at David.Jones@ihs.gov by June 20, 2025, at 12:00 p.m. Central Time, as this notice serves as a market research tool rather than a formal solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Healthcare Technology Management/Clinical Engineering (HTM/CE) program is seeking to procure specific medical equipment, the Series 3 DCT-Horus Scopes, exclusively from Colossal Contracting, LLC, as the sole supplier. This brand name justification is necessitated because no alternative products meet the required specifications or functionalities. The procurement is valued at approximately $18,400 and includes essential components such as handles, chargers, and lenses for the Horus scopes. The decision to limit competition is further justified by the potential risk of introducing unfamiliar devices into clinical settings, which could necessitate additional training and costs. The proposal includes a certification affirming the gathering of accurate information essential for justification, and it is anticipated that the procurement cost will be fair and reasonable. Overall, the document emphasizes the critical nature of acquiring this specific brand to meet the government’s operational needs effectively.
    The Department of Health & Human Services' Indian Health Service has issued a representation form related to the Buy Indian Act for Indian Economic Enterprises. The form serves as a self-certification for Offerors to confirm they meet the legal definition of an “Indian Economic Enterprise” throughout the proposal and contract period. It mandates that Offerors notify the Contracting Officer if they fail to meet eligibility requirements at any time during these phases. Additionally, Offerors must be registered with the System of Award Management (SAM). Submission of false information may result in legal penalties. The document emphasizes the importance of compliance for contracting set-asides or sole source contracts under the Buy Indian Act, aiming to uphold integrity in procurement processes involving Indigenous-owned businesses. Overall, this form is crucial for ensuring that only qualified enterprises participate in federal contracting opportunities intended to support Indian economic development.
    The Indian Health Service (IHS) has issued a Sources Sought Notice (Number: IHS1511319) to assess the market for two Horus HD Digital Scope Systems for the Fort Thompson Health Center in South Dakota. This notice serves as a market research tool rather than a solicitation, aiming to identify Indian Small Businesses Economic Enterprises (ISBEE) and Indian Economic Enterprises (IEE) that can fulfill the requirement. The intended NAICS code is 339112 (Surgical and Medical Instrument Manufacturing), though responses may suggest other relevant codes. The project will be a Firm Fixed-Price order, with a performance period of 180 days post-award, requiring adherence to federal, state, and local regulations in medical instrument manufacturing. Interested businesses must submit a capability statement, detailing their qualifications, past project experience, and organizational information, while maintaining confidentiality and adherence to formatting guidelines. Responses must be emailed to David Jones by June 20, 2025, at noon Central Time, with no expectation of a contract or financial reimbursement for submissions. The IHS may utilize this information for future procurement processes but is not obliged to acknowledge receipt or provide feedback. This notice emphasizes the IHS's commitment to engaging small businesses while adhering to federal regulations in their procurement practices.
    Similar Opportunities
    TMDE Physiological Monitor Test Equipment for the Great Plains Area Indian Health Service (GPAIHS), Biomedical Department, Aberdeen, South Dakota
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking qualified vendors to provide TMDE Physiological Monitor Test Equipment for the Great Plains Area Indian Health Service (GPAIHS) Biomedical Department located in Aberdeen, South Dakota. The procurement aims to acquire essential equipment, including the SimCube SC-5kit, Pronk Inflator Pressure Calibrator, SimSlim SL-8, and OxSim Flex w/ Mobilize, which are critical for the testing, verification, and calibration of medical devices to ensure patient safety and regulatory compliance within IHS healthcare facilities. Interested parties must be authorized distributors or original equipment manufacturers (OEMs) and are required to submit a capability statement detailing their experience and capacity by December 26, 2025, at 12:00 p.m. Central Standard Time (CST). For further inquiries, contact Wenda Wright at wenda.wright@ihs.gov or by phone at 605-226-7724.
    Great Plains Area Wide - Optical Fabrication Services - Indian Health Service
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified contractors to provide optical fabrication services, including prescription eyeglasses, frames, and lenses, for American Indian and Alaska Native patients across its federal service units in the Great Plains Area. The procurement aims to establish a Blanket Purchase Agreement (BPA) on a firm fixed unit price basis, with the contractor responsible for delivering high-quality optical products and services within a specified timeframe of 7-10 working days. This initiative is crucial for enhancing healthcare access and quality for the communities served, ensuring compliance with federal regulations and standards. Interested parties must submit their capability statements by December 19, 2025, to Ashleigh Yazzie at ashleigh.yazzie@ihs.gov, referencing Sources Sought Number IHS1520824.
    OPTOMETRY EQUIPMENT- CLINTON IHS
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotes for the procurement of two new Zeiss Cirrus Model 6000 OCT devices with AngioPlex software, along with annual maintenance agreements, specifically for the Clinton Service Unit in Oklahoma. This procurement aims to replace outdated equipment at the Clinton, El Reno, and Watonga Indian Health Centers, ensuring compliance with federal standards and enhancing ocular imaging and analysis capabilities. The contract includes delivery, installation, comprehensive training, and adherence to stringent security and accessibility requirements, with a performance period from January 1, 2026, to December 31, 2026, and an option for four additional years. Interested vendors must submit their quotes by December 15, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must also self-certify their status as an Indian Economic Enterprise under the Buy Indian Act.
    Optos California RGB Ultra-Widefield Retinal Camera - Taos-Picuris Service Unit - Taos, NM
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking information from businesses capable of supplying one Optos California RGB Ultra-Widefield Retinal Camera for the Taos-Picuris Service Unit in Taos, New Mexico. This Sources Sought Notice aims to determine if an Indian Small Business Economic Enterprise (ISBEE) or a Total Small Business Set-Aside can meet the procurement requirements, emphasizing the importance of Indian Economic Enterprises in accordance with the Buy Indian Act. Interested parties must submit their company information, including their Unique Entity Identifier (UEI), business size classification, and the completed IHS IEE Representation Form by December 16, 2025, at 5:30 PM MST to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    AMENDMENT NUMBER TWO (2). Firm fixed price, non-personal, commercial medical service purchase order for Radiology Interpretive Services for the Fort Thompson Health Care Center-Indian Health Service, Fort Thompson, South Dakota.
    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, non-personal commercial medical service purchase order for Radiology Interpretive Services at the Fort Thompson Health Care Center in South Dakota. The contract will cover a base year plus four option years, requiring all-inclusive pricing for an estimated average of 300 X-ray and 30 Ultrasound interpretive readings per month. This procurement is critical for providing essential radiological services to the community, ensuring timely and accurate medical assessments. Interested vendors must submit their proposals by December 19, 2025, at 12 PM CT, and can direct inquiries to William Kohl at william.kohl@ihs.gov or by phone at 605-742-3686.
    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.
    All in one visual acuity system
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified vendors to provide a Smart System Standard all-in-one visual acuity system for the Crownpoint Healthcare Facility in Crownpoint, New Mexico. This procurement falls under the NAICS code 339115 for Ophthalmic Goods Manufacturing and is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian-owned businesses. The Request for Quotations (RFQ) is expected to be issued by April 21, 2025, with quotes due by April 28, 2025. Interested parties must maintain an active profile in the System for Award Management (SAM) and can contact Arlynda Largo at Arlynda.largo@ihs.gov or 505-786-2530 for further information.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    FBSU Philips service agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide onsite technical support and maintenance for the Philips Central Station Cardiac Monitoring System at the Fort Belknap Service Unit in Montana. The procurement aims to ensure 24/7 onsite and on-call tech support for repairs and maintenance of central station heart monitors and patient bedside monitors, which are critical for patient care in the Emergency Room. The contract will cover services from January 1, 2026, to December 31, 2027, with the possibility of four additional years, and interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Ashley Flynn at ashley.flynn@ihs.gov within five days of the sources sought announcement.
    KHC BIOMERIEUX SUPPLIES
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to negotiate a non-competitive firm-fixed-price contract for supplies from Biomerieux, Inc. This procurement involves the BioFire RP2.1 Panel and Filmarray GI Panel, which are essential for the Laboratory Department at the Kayenta Health Center in Kayenta, Arizona. These diagnostic supplies play a crucial role in supporting healthcare services within the Navajo Area Indian Health Service. Interested parties other than Biomerieux, Inc. may submit a capability statement to Daisha Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 17, 2025, although the government is not obligated to respond to submissions. The contract will span a base year plus four option years, and eligibility requirements include compliance with the Indian Economic Enterprise definition as outlined in the IHS guidelines.