Crownpoint Healthcare Facility - Fully Automated Urinalysis System
ID: 75H71025Q00078Type: Solicitation
Overview

Buyer

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

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

ANALYSIS INSTRUMENTS, MEDICAL LABORATORY USE (6632)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Cost-Per-Reportable Lease Agreement for a Fully Automated Urinalysis System at the Crownpoint Healthcare Facility in New Mexico. The procurement focuses on acquiring the Sysmex UN2000N-011 model, which integrates advanced technologies for urine analysis, including the Sysmex UF-5000 and Siemens CLINITEK Novus systems, to enhance laboratory efficiency and accuracy. This initiative is part of a broader effort to improve healthcare services through state-of-the-art laboratory technology, with the contract period set from April 1, 2025, to March 31, 2026, and potential extensions through 2030. Interested vendors should direct inquiries to Marshall Arviso at Marshall.Arviso@ihs.gov by March 18, 2025, and refer to Solicitation No. 75H71025Q00078 for further details.

    Files
    Title
    Posted
    The U.S. government's Request for Proposal (RFP) is focused on acquiring a Cost-Per-Reportable Lease Agreement for a Fully Automated Urinalysis System, specifically the Sysmex UN2000N-011 model, through the Navajo Area Indian Health Services. This procurement is governed by Federal Acquisition Regulation (FAR) 13 guidelines. Evaluations will consider the technical capability of products, delivery schedules, and pricing. The evaluation process will assess offers based on their compliance with the brand name specifications or functional equivalency. The contract terms emphasize the requirement for full support and service, annual testing capabilities, and necessary reagents. The intended period of performance spans from April 1, 2025, to March 31, 2026, with additional option periods extending through 2030. The document underscores the importance of compliance with federal laws concerning labor practices, safety measures, and prevention of counterfeit medical devices, reiterating the integrity and quality control expected in government procurements.
    The Indian Health Service's solicitation form under the Buy Indian Act serves to certify that an Offeror qualifies as an "Indian Economic Enterprise." This certification is required at the time of the offer, contract award, and throughout contract performance. It emphasizes the importance of maintaining eligibility, with immediate notification to the Contracting Officer if status changes. The document warns that false information may lead to legal penalties. Additionally, successful bidders must be registered with the System of Award Management (SAM). The form includes a representation section for the Offeror to state eligibility under the Buy Indian Act, along with necessary identifying information. This document is integral to ensuring compliance in federal procurement, particularly for contracts that prioritize Indian-owned businesses.
    The Crownpoint Healthcare Facility's Laboratory Department has issued a statement of work for the procurement of the Sysmex UN2000N-011, a fully automated urinalysis workstation. This integrated system combines the Sysmex UF-5000 Fully Automated Urine Particle Analyzer and the Siemens CLINITEK Novus Automated Urine Chemistry Analyzer to streamline urinalysis testing. The Sysmex UF-5000 employs fluorescent flow cytometry technology for accurate enumeration and reporting of critical urinalysis parameters like RBCs and WBCs, while the Siemens CLINITEK Novus provides rapid analysis of urine chemistry through reflectance photometry. The Urinalysis Data Manager enhances result management with auto-validation features. Deliverables include a comprehensive list of the equipment and tracking information for all shipments, which must be sent to the Crownpoint Healthcare Facility in New Mexico. This RFP reflects a federal initiative to enhance healthcare service efficiency through advanced laboratory technology.
    The government document outlines a Request for Proposal (RFP) for the Crownpoint Healthcare Facility, focusing on the provision of a fully automated urinalysis analyzer and related services. The contractor must supply lab equipment, reagents, and ongoing technical support, including maintenance, repair, and optional technology upgrades, adhering to all applicable regulations and standards. The facility will require the analyzer to operate continuously, necessitating regular deliveries and on-site training for lab personnel. Key responsibilities of the contractor include performing preventative maintenance, troubleshooting, and emergency repairs within 24 hours, while providing toll-free telephone support. The contractor is also obligated to validate methods and ensure equipment compliance. Training is emphasized, with coverage for one user and additional on-site training as cost-free for Crownpoint. Invoices for services rendered will be submitted monthly, ensuring electronic payment for completed work. The document details operational hours, federal holiday observations, and required labeling for delivered items. Overall, this RFP illustrates the federal government's commitment to enhancing healthcare services through technological support and maintenance for local facilities.
    The provided file contains specifications related to federal government requests for proposals (RFPs) and grants, as well as state and local RFPs. The document outlines the requirements and expectations for prospective vendors and applicants who intend to engage with government-funded projects. Key areas of focus include compliance with regulatory standards, detailed project timelines, performance metrics, and the necessity for adherence to specific guidelines during the proposal submission process. Additionally, the document emphasizes the importance of addressing diverse community needs and ensuring equitable access to resources. Overall, the file serves to guide stakeholders in meeting governmental criteria while fostering collaboration and transparency in public funding initiatives, ultimately aiming to facilitate the successful implementation of projects benefiting local and federal communities.
    Similar Opportunities
    Intent to Sole Source - IHS Billings Area - Area Wide SYSMEX Hematology Supplies and Service
    Buyer not available
    The Indian Health Service (IHS) in Billings, Montana, intends to award a sole source, firm fixed price contract to Sysmex for hematology supplies, services, and support, with a performance period from March 1, 2025, to June 30, 2025. This procurement is based on the exclusive intellectual property rights associated with the Sysmex Analyzer, which is deemed essential for meeting the agency's operational requirements. The total estimated value of the contract is approximately $46,000, and while interested parties may submit evidence that competition would be beneficial, the final decision on whether to proceed without competition rests solely with the government. Inquiries regarding this notice should be directed to Contract Specialist Vincent Hansen via email at Vincent.Hansen@ihs.gov, and responses must adhere to the specified subject line for clarity.
    6630--RFQ for Urinalysis Test CPRR BPA - VISN 20
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 20, is seeking proposals for a Blanket Purchase Agreement (BPA) for urinalysis testing services across various facilities within the Veterans Integrated Service Network (VISN) 20. The BPA aims to streamline the provision of urine testing services, which includes supplying automated urinalysis equipment, training for personnel, and ongoing maintenance, all while adhering to federal standards. This initiative is crucial for enhancing healthcare services for veterans, ensuring efficient laboratory testing across multiple locations, with an estimated total of 91,740 urine microscopies and 126,410 urine chemistries required annually. Interested vendors must submit their proposals by March 19, 2025, at 3:00 PM Pacific Time, and can contact Contract Specialist Peter Park at Peter.Park2@va.gov for further information.
    INTENT TO SOLE SOURCE: IMMUCOR for blood bank analyzer and supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to IMMUCOR for the provision of a blood bank analyzer and associated supplies at the Chinle Comprehensive Health Care Facility in Arizona. The procurement aims to establish a new lease agreement for the blood bank analyzer and facilitate the purchase of testing supplies, ensuring uninterrupted services that are critical for direct patient care. This opportunity underscores the unique qualifications of IMMUCOR to meet the specialized needs of the facility, with the contract period set from April 1, 2025, to March 31, 2026. Interested parties may submit responses demonstrating the potential advantages of competition by March 20, 2025, at 1:00 PM MST, and should direct inquiries to Tilda Nez at tilda.nez@ihs.gov or by phone at 928-674-7474.
    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.
    INTENT TO SOLE SOURCE: BIOFIRE DIAGNOSTICS LLC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to sole source a contract to BioFire Diagnostics LLC for the procurement of analytical laboratory instruments. This procurement is aimed at enhancing diagnostic capabilities within the Indian Health Service, which is crucial for improving healthcare delivery in underserved populations. The instruments will be utilized for various laboratory analyses, supporting the agency's mission to provide quality healthcare services. Interested parties can reach out to Tilda Nez at tilda.nez@ihs.gov or call 928-674-7474 for further inquiries regarding this opportunity.
    Name Brand or Equal to: Nanosonics Trophon 2 High Level Disinfection Device, Santa Fe Indian HC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for the acquisition of a Nanosonics Trophon 2 High-Level Disinfection Device, along with annual preventive maintenance services, for the Santa Fe Indian Health Center in New Mexico. This procurement emphasizes the need for equipment that meets specific dimensions and compatibility with existing systems, as outlined in the Performance Work Statement (PWS), and encourages participation from Indian Small Business Economic Enterprises under a Buy Indian Set-Aside initiative. The contract will be structured as a firm-fixed-price agreement, covering a base year with four option years for maintenance services, and will involve performance evaluations to ensure compliance with federal standards. Interested parties can contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754 for further details.
    Piccolo Chemistry Analyzer - Warm Springs Service Unit
    Buyer not available
    The Indian Health Service, part of the Department of Health and Human Services, is seeking proposals for the supply and delivery of two Piccolo Express analyzers for the Warm Springs Service Unit in Oregon. The procurement includes a firm fixed price purchase order that encompasses a five-year warranty and CLIA waived panels for various medical tests, including comprehensive metabolic and lipid panels. These analyzers are crucial for providing rapid and accurate point-of-care testing, enhancing the healthcare services at the Warm Springs Health and Wellness Center. Interested vendors must submit their quotations, including a catalog demonstrating compliance with specifications, to PORAOAcquisition@ihs.gov by the specified deadline, with a required delivery date of 60 days from the award.
    SOURCES SOUGHT: Firm Fixed-Price, Commercial Item, Delivery/Task Order to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota. POP: Base Plus Four (4) Option Years
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU) at the Fort Yates IHS Hospital in North Dakota. The procurement aims to enhance laboratory services by supplying essential reagents for the Abbott Architect i1000SR Immunoassay Analyzer, which will be used for various diagnostic tests, including the detection of proteins, allergens, drugs, and infectious diseases. Timely delivery is crucial, with a requirement for items to be shipped within seven days and the capability for expedited overnight shipping in urgent situations. Interested parties must respond to the Sources Sought notice by providing their company information and identifying their business status in relation to the specified NAICS code (424210) by the deadline, with all submissions directed to David Jones at the Great Plains Area Indian Health Service.
    Notice of Intent - KHC - various supplies for Ortho Vision Swift Analyzer
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to negotiate a non-competitive firm-fixed-price contract with Ortho-Clinical Diagnostics, Inc. for various supplies related to the Ortho Vision Swift Blood banking analyzers at the Kayenta Health Center in Arizona. The procurement aims to secure essential supplies for performing blood typing, antibody screens, and crossmatches on patient samples and blood units, ensuring direct patient safety and care. This contract is crucial for maintaining the operational efficiency of the health center's blood banking services over a one-year period, from January 1, 2025, to December 31, 2025. Interested parties other than Ortho-Clinical Diagnostics, Inc. may submit capability statements to Jerlyn Begay at jerlyn.begay@ihs.gov by 1:00 PM EST on December 24, 2024, although the government is not obligated to respond to submissions.
    Hematology Analyzer Leasing
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the leasing of Hematology Analyzers at Holloman Air Force Base in New Mexico. The procurement requires vendors to provide detailed service documentation and ensure compliance with a comprehensive Statement of Work (SOW), which includes installation, maintenance, and operational requirements for the analyzers, emphasizing accuracy and regulatory compliance. This opportunity is critical for maintaining high-quality healthcare services within military facilities, with a small business size standard of $41.5 million under NAICS code 621511. Interested vendors must submit their proposals via email by 12:00 PM Mountain Time on March 28, 2025, and direct any questions to SSgt Erick Vasquez at erick.vasquez@us.af.mil or Callie M. Spencer at callie.spencer.1@us.af.mil by March 18, 2025.