Sources Sought: On-Site Mobile MRI Services at Chinle Comprehensive Health Care Center
ID: IHS1502854Type: Sources Sought
Overview

Buyer

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

NAICS

Diagnostic Imaging Centers (621512)

PSC

MEDICAL- RADIOLOGY (Q522)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, through the Indian Health Service, is seeking quotes for on-site mobile MRI services at the Chinle Comprehensive Health Care Center in Arizona. The procurement aims to provide essential MRI services to enhance patient care at the facility, which currently lacks such capabilities, thereby reducing the need for external referrals. The contract will cover a base period and six option periods, totaling approximately two years, and requires the contractor to supply a mobile MRI unit, qualified personnel, and ensure compliance with healthcare standards. Interested parties should contact Teola Autaubo at Teola.Autaubo@ihs.gov or call 928-674-7825 for further details regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for on-site mobile Magnetic Resonance Imaging (MRI) services for the Chinle Comprehensive Health Care Facility (CCHCF) in Arizona, issued as a request for quotation (RFQ) under the Indian Health Service (IHS). The contract, comprised of a base and six option periods (totaling approximately two years), aims to provide essential MRI services for patient care, addressing the facility's lack of such services and reducing the need for external referrals. The contractor is required to supply a mobile MRI unit, qualified personnel, and ensure compliance with various healthcare standards. Key requirements include operation five days a week, maintenance of compliance with federal and state regulations, and adherence to quality control measures. Proposals will be evaluated based on experience, past performance, and equipment specifications, with non-price factors deemed significantly more important than cost. The document outlines detailed qualifications for MRI personnel, equipment specifications, and logistical considerations, including the contractor's responsibilities for service delivery and safety protocols. The overall intent is to enhance health service delivery for the Navajo community while ensuring high standards of care and regulatory compliance.
    The Indian Health Service (IHS) document outlines self-certification requirements for qualifying as an "Indian Economic Enterprise" under the Buy Indian Act for federal solicitations. It specifies that the offeror must meet certain criteria at the time of submission, contract award, and throughout the contract duration. The document emphasizes the necessity of maintaining eligibility, with a mandate for immediate notification to the Contracting Officer if status changes. It highlights the importance of compliance, warning that false information can result in legal repercussions under various statutes. Additionally, successful offerors are required to be registered with the System of Award Management (SAM). The representation section allows the offeror to affirm or deny their status as an Indian Economic Enterprise, establishing necessary accountability. Ultimately, this document serves to uphold the integrity of procurement processes by ensuring that only eligible enterprises receive contract awards under specific federal set-aside programs.
    The Chinle Comprehensive Health Care Facility (CCHCF) is seeking a contractor to provide On-site Mobile Magnetic Resonance Imaging (MRI) services through a non-personal service contract. This service will enhance healthcare access for approximately 35,000 Navajo patients in rural areas, minimizing lengthy referrals to external facilities. The contract entails providing mobile MRI services five days a week for a year, with specific provisions for equipment and staffing requirements, management of patient care during procedures, and adherence to regulations. The contractor must maintain all necessary qualifications, licenses, and insurance, ensure cultural sensitivity and communication for non-English speaking patients, and satisfy various performance-based requirements. The document outlines detailed specifications for the mobile MRI unit, necessary qualifications for technologists, quality control protocols, and addressing potential service disruptions. The structure includes sections on the scope, definitions, delivery location, and responsibilities of both the contractor and the government. Ultimately, this initiative reflects the government’s commitment to improving healthcare delivery for Indigenous populations while ensuring compliance with federal and state regulations.
    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.
    Preventive Maintenance Services For Government-Owned Clinical Philips Ingenia Elition 3.0T MRI Scanner
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide preventive maintenance services for a government-owned Philips Ingenia Elition 3.0T MRI scanner. The objective of this procurement is to ensure the optimal functioning and reliability of the MRI scanner, which is critical for various clinical applications and research initiatives within the NIH. This maintenance service is essential for sustaining the operational integrity of the equipment, thereby supporting the health and research missions of the NIH. Interested parties can reach out to John Russell, Contract Specialist, at John.Russell3@nih.gov, or Reyes Rodriguez, Contracting Officer, at reyes.rodriguez@nih.gov for further details regarding this opportunity.
    Diagnostic Reference Laboratory Testing Services
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Phoenix Area Office, is seeking qualified firms to provide diagnostic reference laboratory testing services, focusing on non-emergent cancer and infectious disease testing. The contractor will be responsible for off-site testing, including cellular and molecular analysis, with a requirement for a comprehensive test catalog, quick turnaround times, and secure result disclosure. This opportunity is crucial for ensuring timely and accurate diagnostic services for the Phoenix Indian Medical Center, with the contract expected to span a base year and four one-year options. Interested firms must submit a capability statement to Dale C Clark at dale.clark@ihs.gov, as this is a sources sought notice and not a solicitation for quotes or pricing.
    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.
    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.
    Notice of Intent to Restrict Competition – NAIHS, Shiprock Service Unit, Four Corners Regional Health Center – Automated Dispensing Cabinet System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, intends to restrict competition for the procurement of automated dispensing cabinet systems and services for the Four Corners Regional Health Center (FCRHC) located in Teec Nos Pos, Arizona. The contract will be negotiated exclusively with Carefusion Solutions LLC, as they currently provide these systems, ensuring seamless integration with existing infrastructure and compliance with Joint Commission requirements. This procurement is critical for maintaining operational efficiency and meeting regulatory standards within the healthcare facility. Interested vendors may submit capability statements by 10:00 AM (MST) on December 23, 2025, to Misty Billy at Misty.Billy@ihs.gov, although a solicitation will not be issued, and the government retains discretion over the competition decision.
    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.
    Notice of Intent to Award / Sole Source - Pyxis Automated Dispensing Systems for controlled drugs & medication services - Tsaile Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to award a sole source contract to CareFusion Solutions LLC for the provision of Pyxis Automated Dispensing Systems, which are critical for managing controlled drugs and medication services at the Tsaile Health Center in Arizona. This procurement is essential to ensure uninterrupted patient care, as the existing systems are already installed and operational, and CareFusion holds proprietary rights to the necessary technology. The anticipated period of performance for this contract is from January 1, 2026, to December 11, 2026, with four additional one-year option periods. Interested parties may contact Bennett Arvessto at bennett.arvessto@ihs.gov for further information, although responses to this notice will not be considered competitive proposals.
    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.
    Intent to Award/Sole Source to Cardin Courier for Chinle Hospital
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Cardin Courier for courier delivery services at the Chinle Comprehensive Health Care Facility in Arizona. This procurement is aimed at ensuring uninterrupted delivery services that are critical for direct patient care, with the contract period set from January 1, 2026, to December 31, 2026, including two optional one-year extensions. Cardin Courier is uniquely qualified for this role, and the government has indicated that this notice is not a request for competitive proposals; thus, any responses must demonstrate clear advantages for competition. Interested parties can contact Nora Nutlouis at nora.nutlouis@ihs.gov or Tanya Begay at tanya.begay2@ihs.gov for further inquiries.