BUY INDIAN SET-ASIDE - WIRELESS UPGRADES FOR OCAO INDIAN HEALTH SERVICE
ID: 246-25-Q-0055Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEOK CITY AREA INDIAN HEALTH SVCOKLAHOMA CITY, OK, 73114, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 9:30 PM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide wireless upgrades for the Oklahoma City Area Indian Health Service under a Buy Indian Set-Aside contract. The procurement focuses on acquiring Cisco wireless equipment, including access points and controllers, to modernize the wireless infrastructure across several health facilities, ensuring enhanced connectivity and operational efficiency. This initiative is critical for improving communication capabilities within government health services, reflecting a commitment to support Indian Economic Enterprises in federal contracting. Interested vendors must submit their quotes by April 23, 2025, and can contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or 405-951-3888 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 7:09 PM UTC
The document outlines the requirements for self-certifying as an "Indian Economic Enterprise" under the Buy Indian Act, as mandated by the Indian Health Service (IHS). Offerors must affirm their status at the time of bidding, contract award, and throughout the contract duration. If an enterprise no longer meets eligibility requirements, immediate notification must be provided to the Contracting Officer. The document emphasizes the necessity of registration with the System of Award Management (SAM) and warns against providing false information, which could lead to legal penalties. Offerors must indicate whether they meet the definition of an Indian Economic Enterprise and provide key ownership and business information. The primary purpose of this document is to establish compliance standards for federal RFP participants, ensuring that eligible Native-owned enterprises are appropriately recognized and supported under federal procurement policies.
Apr 11, 2025, 7:09 PM UTC
The document is a combined synopsis/solicitation for commercial items under RFQ # 246-25-Q-0055, designed specifically for Cisco network equipment, and is 100% set aside for Buy Indian. It outlines the request for quotes (RFQs) for fifteen line items, including various Cisco products like the Catalyst 9164I Access Points and Cisco DNA licenses. The period of performance is 15 days post-award, with quotes due by April 23, 2025. Vendors must be authorized Cisco partners, provide technical details demonstrating proficiency, and are required to include specific information with their quotes. Evaluation will follow a Lowest Price Technically Acceptable format, where quotes are assessed based on price and technical compliance with predefined requirements. Various FAR provisions and HHSAR clauses apply to this solicitation, emphasizing equal opportunity and adherence to regulations governing government contracting. Overall, this solicitation reflects the government's strategic procurement initiative, aiming to enhance its technological capabilities while promoting Indian Economic Enterprises.
Apr 11, 2025, 7:09 PM UTC
The Department of Health and Human Services, Indian Health Service (IHS) seeks to upgrade wireless network infrastructure for the Oklahoma City Area Office (OCA), Haskell Indian Health, Wewoka Indian Health, and Claremore Indian Hospital. The project involves the procurement of new Cisco wireless equipment to replace outdated systems, ensuring enhanced wireless connectivity for users. The contractor is required to supply specific Cisco equipment, including Wireless Access Points (WAPs), Wireless LAN Controllers (WLCs), and associated accessories, within 60 days of contract award. Deliverables must include installation instructions and warranty documents, and all equipment must be covered by Cisco’s standard warranty. Key contractual stipulations highlight the need for the contractor to be an authorized Cisco partner and ensure confidentiality regarding operations. The contractor is also tasked with coordinating delivery and providing ongoing support through a designated point of contact, equipped to address immediate contract-related decisions. Overall, this RFP emphasizes the commitment of the IHS to modernize its wireless connectivity infrastructure while maintaining regulatory compliance and security protocols during implementation.
Apr 11, 2025, 7:09 PM UTC
The document outlines a procurement list related to networking equipment, specifically focusing on Cisco wireless controllers and access points, as part of a federal or local government Request for Proposals (RFP). It details various items required for enhancing wireless infrastructure, including multiple units of the Catalyst 9164I Access Point, Cisco Catalyst 9800 series wireless controllers, and the associated software licenses for Cisco DNA. The quantities specified reflect the volume needed for installation or upgrades, indicating a comprehensive approach to modernizing wireless capabilities. The inclusion of service contracts for Next Business Day support highlights a commitment to maintaining system reliability post-deployment. The overall intent of the document appears to be the procurement and integration of advanced wireless technology to enhance communication infrastructure within governmental or public facilities, following regulatory stipulations associated with federal or state funding.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
SOURCES SOUGHT - ACCESS CONTROL SYSTEM UPGRADE + ONGOING SUPPORT AT OKLAHOMA AREA IHS BUILDING
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors for the upgrade of an Access Control System and ongoing support at the Oklahoma Area IHS Building in Oklahoma City. This Sources Sought notice aims to identify businesses capable of fulfilling this requirement, with a strong emphasis on Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs) to respond with detailed capability statements demonstrating their qualifications and experience. The procurement is crucial for enhancing security measures within the IHS facilities, and interested parties must submit their responses, including company information and registration details, to Contract Specialist Edson Yellowfish via email by 12:30 PM CST on April 25, 2025.
Firm-Fixed Price, Non-Personal Service Type, Commercial Item, Purchase Order to purchase and install a Cisco Catalyst 9300 Series switch at the Desert Sage Youth Wellness Center in Hemet, California.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide a Firm-Fixed Price, Non-Personal Service contract for the procurement and installation of a Cisco Catalyst 9300 Series switch at the Desert Sage Youth Wellness Center in Hemet, California. The project involves replacing an existing Cisco 6500 series switch with the new model, which includes specific port configurations and capabilities such as Power over Ethernet, along with a requirement for 5-year SmartNet support and installation services post-delivery. This procurement is crucial for enhancing the center's network infrastructure, ensuring reliable connectivity and support for its operations. Interested parties, particularly those classified as Native-Owned, 8(a), Small Business, and other minority-owned businesses, are encouraged to respond with their capabilities and business status by emailing Samantha Marcellais at samantha.marcellais@ihs.gov, with responses due by the specified deadline.
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.
Water Service Line Sapulpa, OK
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for the installation of a water service line in Sapulpa, Oklahoma, under Request for Quotes RFQ1511724. The project requires contractors to furnish and install a water service line in accordance with specified materials and construction standards, with a performance period of 60 calendar days from the Notice to Proceed. This procurement is set aside for Indian Economic Enterprises, emphasizing the importance of supporting Indian-owned businesses in federal contracting. Interested contractors must submit their quotes by April 25, 2025, and can direct inquiries to Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov, with an estimated award amount under $25,000.
Medical equipment and supplies
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to supply medical equipment and supplies for the Mid-Atlantic Tribal Health Center (MATHC) located in Charles City, Virginia. The procurement is set aside for Indian Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal economic development while ensuring the health center is equipped with essential medical tools and supplies, including EKG machines, nebulizers, and various medical consumables. Interested vendors must be registered in the System for Award Management (SAM) and submit their proposals, including pricing schedules and product specifications, by April 29, 2025, with delivery expected within 90 days of contract award. For further inquiries, vendors can contact Donna Harjo at donna.harjo@ihs.gov.
SOURCES SOUGHT: Workstations for Kayenta Health Center
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide and install matching workstations and equipment for the Kayenta Health Center in Arizona. This opportunity is part of a market research initiative to identify potential sources under the Buy Indian Set-Aside program, which aims to support Indian Economic Enterprises with at least 51% Indian ownership. The selected vendors will be expected to comply with the requirements outlined in the solicitation, including registration in the System for Award Management (SAM) and submission of a company profile detailing their qualifications and socio-economic status. Interested parties must submit their responses by April 28, 2025, at 12:00 PM MST to Flora Washington at flora.washington@ihs.gov, including necessary documentation and the completed IHS IEE Representation Form if applicable.
Hosted Voice over Internet Protocol Telephony (VOIP) system
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS) Bemidji Area, is seeking capable vendors to provide a Hosted Voice over Internet Protocol (VoIP) telephony system to enhance telecommunications across seven locations in Minnesota. The project aims to replace existing systems with a standalone solution that does not rely on cloud services, facilitating features such as four-digit dialing, call forwarding, Enhanced 911, and centralized voicemail. This initiative is critical for improving health service delivery, emphasizing compliance with accessibility standards and the need for robust support and training for users. Interested parties must submit a capabilities package to Karen McDonald at karen.mcdonald@ihs.gov, including confirmation of their Indian Economic Enterprise status and relevant experience, as there is no solicitation at this time.
BFSU Dell Computer Upgrade
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the purchase of 100 new DELL OptiPlex Micro 7020 computers through a Firm-Fixed Price Purchase Order under RFQ 75H709-BF25Q-001. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to upgrade outdated computer hardware to enhance operational efficiency within healthcare delivery. Proposals must comply with specific technical requirements, including support for dual monitors and the Windows 11 Pro operating system, and must be submitted by April 30, 2025, with inquiries due by April 23, 2025. Interested vendors should contact Vincent Hansen at Vincent.Hansen@ihs.gov for further details.
Network Switches for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of network switches to enhance its IT and telecom infrastructure. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to fulfill the Bureau's requirements for upgraded network capabilities, primarily involving Cisco Catalyst 9300 series switches and related components. The contract will be structured as a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeline of 90 days post-award, and emphasizes compliance with applicable Federal Acquisition Regulations to promote small business participation. Interested vendors can contact Maggie Main at maggie.main@bia.gov for further details, and must ensure their proposals are complete and submitted by the specified deadlines.
All-in-One Plus workstations and Dell Pro 16 Plus laptops (edited) - Ute Mountain Ute Health Center - Towaoc, CO
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide computer equipment for the Ute Mountain Ute Health Center located in Towaoc, Colorado. The procurement includes 60 Dell Pro 24 All-in-One Plus workstations, 60 Dell 24 Plus monitors, 15 Dell Pro 16 Plus laptops, and 75 wireless mice, aimed at enhancing the operational capabilities of the health center through updated technology. This initiative reflects the IHS's commitment to improving healthcare service delivery while supporting Indian Small Business Economic Enterprises (ISBEE) in the procurement process. Interested vendors must submit their quotes via email by April 18, 2025, and direct any inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or (505) 256-6755.