PAO Storage and Compute Solution
ID: RFQ-25-PHX-059Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Computer Storage Device Manufacturing (334112)

PSC

IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7K20)

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 (IHS) - Phoenix Area Office, is seeking proposals for a comprehensive storage and compute solution under a 100% Buy Indian set-aside requirement. The primary objective is to optimize, modernize, and standardize hardware across IHS hospitals and clinics, establishing a five-year Blanket Purchase Agreement (BPA) for new equipment. This procurement is crucial for enhancing healthcare data management and analytics capabilities, particularly through the implementation of advanced technologies such as Nvidia SuperPOD for scalable AI workloads. Interested vendors must be Indian Economic Enterprises (IEEs) or Indian Small Business Economic Enterprises (ISBEEs) and are required to submit proposals that include a project management plan, pricing breakdown, and relevant past performance examples by the extended deadline of August 28, 2025. For further inquiries, vendors can contact Jeremy Steel at jeremy.steel@ihs.gov or by phone at 602-364-5264.

    Point(s) of Contact
    Jeremy Steel
    (602) 364-5264
    (602) 364-5030
    jeremy.steel@ihs.gov
    Files
    Title
    Posted
    The Phoenix Area Indian Health Service (IHS) is seeking proposals for a Blanket Purchase Agreement (BPA) to standardize and modernize hardware solutions for storage and compute within its hospitals and regional offices. The project aims to implement a standard storage solution and server hardware deployments, requiring the contractor to provide, configure, and install hardware based on three configuration options. Key performance requirements include a minimum of 1.2 PB of effective NVMe-oF storage, robust data reduction, multi-protocol support (S3, NFS, SMB), scalable system architecture, and high resilience with no single points of failure. Additionally, the contractor must provide compute servers with specific RAM and processor requirements, top-of-rack switches, and optional racks and power equipment. All work must adhere to federal and tribal laws, including security protocols, safety regulations (OSHA, COVID-19), and Section 508 accessibility standards.
    This document outlines the storage and compute delivery locations for a federal government Request for Proposal (RFP), likely related to IT infrastructure or data management. It lists specific addresses, phone numbers, and allocated storage amounts (in TBs) for various offices and healthcare centers across Arizona, California, Utah, and Nevada. Key locations include the Phoenix Area Office, Whiteriver PHS Indian Hospital, Ft. Yuma Health Center, Hopi Health Care Center, Ft. Duchesne PHS Indian Health Center, Phoenix Indian Medical Center, Parker Indian Health Center, and Elko Service Unit. Additionally, it specifies a default shipping location for unlisted areas, which also includes the Alaska Area Office, California Area Office, and Tucson Area Office, each allocated 100 TBs. The document details the precise storage capacity required at each site, ranging from 100 TBs to 300 TBs, providing essential information for potential vendors responding to the RFP regarding logistical and capacity requirements.
    The Phoenix Area Indian Health Service seeks to modernize and standardize its storage and compute infrastructure for hospitals and clinics across central Arizona, northern Nevada, and Northwestern Utah. This initiative aims to enhance healthcare delivery through improved IT capabilities while aligning with the Department of Health and Human Services' enterprise architecture initiatives. The project includes issuing a Blanket Purchase Agreement (BPA) for specific hardware configurations tailored to the needs of various service units. Key deliverables encompass the provision, installation, and configuration of hardware systems for storage (minimum 1.2 PB NVMe-oF capacity), compute solutions with up to 16-core Intel Xeon processors, and necessary networking components, all adhering to stringent performance, resilience, and security requirements. The contractor will also manage subcontractors, ensuring customer satisfaction and quality deliverables. Compliance with federal safety standards and accessibility requirements under Section 508 is mandated, and contractor personnel must undergo security training as part of the engagement process. This modernization aligns the IHS with best practices in healthcare technology, promoting error reduction and improved patient outcomes while ensuring robust data integrity and security measures throughout the infrastructure.
    The document outlines storage and compute delivery locations under a BPA call for various Indian Health Centers and facilities across several states, including Arizona, California, Nevada, and Utah. It lists specific addresses, accompanying phone numbers, and the amount of storage required at each site. The primary allocation includes 200 TBs for most facilities, with notable exceptions such as the Phoenix Indian Medical Center, which requires 300 TBs, and other not specified areas, which aggregate to 100 TBs each. The document implies that any additional areas not listed will use the Phoenix Area Office as the shipping destination. This structured format highlights the federal government's logistical planning to ensure adequate data storage capabilities across health facilities serving Indian populations, reflecting a broader initiative to enhance healthcare infrastructure through targeted resource distribution.
    This document is a combined synopsis/solicitation for commercial items under a 100% Buy Indian set-aside, managed by the Indian Health Service (IHS) – Phoenix Area Office. The primary goal is to optimize, modernize, and standardize hardware for IHS Phoenix Area Hospitals and Clinics. The government plans to establish a single five-year Blanket Purchase Agreement (BPA) for anticipated repetitive needs. Only Indian Economic Enterprises (IEEs) that are also Indian Small Business Economic Enterprises (ISBEEs) will be considered. Vendors must be authorized resellers of new equipment and provide a project management plan, a subcontracting plan (if applicable), and a narrative response detailing proposed solutions for various storage needs. Past performance, particularly projects valued at $500,000 or more within the last 24 months, will be evaluated. Pricing must be broken down by equipment, storage requirements (100TB, 200TB, 300TB), service, and installation. The solicitation includes various FAR clauses related to commercial items, subcontracts, and labor standards.
    This is a combined synopsis/solicitation for commercial items, specifically a 100% Buy Indian set-aside requirement under NAICS code 334112 for Computer Storage Device Manufacturing, with a 1,250-employee size standard. The Indian Health Service – Phoenix Area Office requires optimization, modernization, and standardization of hardware for its hospitals and clinics. The government plans to establish a single five-year Blanket Purchase Agreement (BPA) for new equipment only. Offerors must be an Indian Economic Enterprise (IEE) or Indian Small Business Economic Enterprise (ISBEE) and provide a completed IEE Representation form and an authorized reseller/distributor agreement. Proposals should include a project management plan, a subcontracting plan (if applicable), a narrative response detailing solutions for small, medium, and large storage needs, and recent and relevant past performance examples. Pricing should be broken down by equipment, storage requirements (100TB small, 200TB medium, 300TB large), service, and installation. The evaluation will consider the project management plan, subcontracting plan, narrative response, past performance, and overall pricing.
    This document outlines a combined synopsis/solicitation for commercial items under a 100% Buy Indian set-aside for the Department of Health and Human Services, Indian Health Services. The requirement is for the Indian Health Service – Phoenix Area Office to optimize, modernize, and standardize hardware for Phoenix Area Hospitals and Clinics. The government intends to establish a single five-year Blanket Purchase Agreement (BPA) for new equipment only, excluding remanufactured or "gray market" items. Offerors must be authorized resellers or distributors of the proposed equipment, providing an authorized distributor letter from the manufacturer. Key requirements include submitting an Indian Economic Enterprise Representation form, a project management plan, a subcontracting plan (if applicable), and a narrative response detailing proposed solutions for small, medium, and large storage needs. Offerors must also provide recent and relevant past performance examples, with "recent" defined as within the last 24 months and "relevant" as contracts valued at $500,000 or more. Pricing must be broken down by equipment, storage requirements (100TB small, 200TB medium, and 300 TB large), service, and installation. The overall BPA price will be evaluated, including options. The document also incorporates various FAR clauses related to commercial items, including those concerning reporting executive compensation, subcontracting, and labor standards.
    The document outlines storage and computational delivery requirements for various health facilities under federal RFPs, detailing locations within the Phoenix Area. Each facility's address, contact information, and specific storage capacity are provided. Key locations include the Phoenix Area Office (200 TBs), Phoenix Indian Medical Center (300 TBs), and multiple other health centers across Arizona, California, Utah, and Nevada, each typically requiring 200 TBs of storage, with a couple requiring 100 TBs. Additionally, several unspecified areas, such as the Alaska, California, and Tucson Area Offices, also need 100 TBs of storage. This structured information emphasizes the government's focus on adequately managing data storage needs for health facilities as part of broader contracts and health-related federal initiatives.
    The Indian Health Service (IHS) is soliciting quotes under a 100% Buy Indian set-aside for optimizing and standardizing hardware in Phoenix Area Hospitals and Clinics. This combined synopsis/solicitation is structured under a Blanket Purchase Agreement (BPA) for new equipment, requiring vendors to be authorized distributors, present an Indian Economic Enterprise Representation, and elaborate on project management and subcontracting plans. Proposals must include detailed pricing for equipment and storage, along with evidence of past performance on similar contracts valued at $500,000 or more. The government will evaluate bids based on total pricing and relevant experience while ensuring compliance with several Federal Acquisition Regulation clauses. The BPA term is five years, allowing the government to make Calls against the contract for task funding. Vendors must ensure all equipment comes with a manufacturer's warranty and is free from remanufactured or gray market items. The document emphasizes the importance of adherence to the defined criteria to ensure eligibility for contract award and stresses the requirement for timely communication from interested vendors regarding proposal updates.
    The Phoenix Area Indian Health Service (PAIHS) released a Q&A document for a Request for Proposal (RFP) concerning Storage & Compute solutions. The document addresses vendor questions regarding technical requirements for catalog functionality, fabric switches, global namespace capabilities, and SMB support. Key requirements include a built-in catalog with query interface, support for data pushdowns, and SuperPod validation by Nvidia. PAIHS emphasizes the need for advanced analytics and AI computing platforms to enhance preventative care and manage extensive healthcare datasets. The RFP specifies SuperPOD technology for its scalability in AI workloads, requiring a decentralized locking mechanism for data consistency and SMB 3 resilient handles for robust file share reliability. The solution must support both Ethernet and InfiniBand for GPU Direct Storage traffic. PAIHS is seeking Nvidia SuperPOD, not BasePOD, with a 10-year support/licensing term for storage and a 5-year period of performance for the Blanket Purchase Agreement (BPA). Pricing should be per solution size (small, medium, large) with optional rack/PDU/UPS pricing per site. The project targets 8 primary sites with flexibility to add up to 3 more, totaling 11 sites. PAIHS encourages innovative solutions that meet their minimum technical needs for storage and compute, including integration with existing Rubrik backup and disaster recovery systems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Buyer not available
    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.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    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.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines that will interface with ScriptPro systems across three locations in Oklahoma: Clinton, El Reno, and Watonga. The procurement aims to enhance the efficiency of the Pharmacy Prepaid Postage Mail System by automating package tracking and reducing errors, thereby improving service delivery at the Indian Health Centers. This opportunity is a 100% Small Business Set-Aside, with a performance period of 12 months from the date of award, and quotes are due by December 11, 2025, at 12:00 PM CDT. Interested vendors must submit their proposals to Misti Bussell via email at misti.bussell@ihs.gov and ensure they are registered in the System for Award Management (SAM) prior to contract award.
    Sources Sought: UFMS and HYPERION Operations and Maintenance (O&M) Support
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking information from qualified entities for a Sources Sought Notice regarding Operations and Maintenance (O&M) support for UFMS and HYPERION systems. The procurement aims to gather capabilities for providing technical, functional, and business operations support for the IHS Office of Finance and Accounting and its Area Offices, focusing on systems such as Oracle Federal Financials and Oracle Hyperion. This initiative is crucial for ensuring effective financial management and reporting within the IHS, and responses are particularly encouraged from Indian Small Business Economic Enterprises (ISBEE) and other small business concerns under NAICS code 541511. Interested parties should submit their capabilities, including a cover page, executive summary, technical capabilities, and past performance, not exceeding 10 pages, to the primary contact, Hillary Marshall, at Hillary.Marshall@ihs.gov, or the secondary contact, Natasha Bitsoi, at Natasha.Bitsoi@ihs.gov.
    Clinical chairs - Stryker TruRize with nurse cable or equal
    Buyer not available
    The Indian Health Service (IHS) Phoenix Area Office is seeking quotes for the procurement of five Stryker TruRize clinical chairs, including nurse cables and various associated components, under a combined synopsis/solicitation (RFQ IHS1520167). This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) registered with SAM.GOV, emphasizing the importance of supporting local businesses in fulfilling healthcare equipment needs. The awarded contract will be based on the lowest-priced, technically acceptable offer, with considerations for price, technical acceptance, delivery, and past performance. Interested vendors must submit their quotes, including all items and shipping costs, by December 10, 2025, at 5:00 PM EST, and can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or 602-364-5012 for further information.
    Albuquerque Area Indian Health Service Sustainable Products and Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for sustainable products and services in the Albuquerque area. This procurement aims to identify sources that can provide environmentally friendly and sustainable solutions tailored to the needs of the Indian Health Service. The goods and services procured will play a crucial role in enhancing healthcare delivery while promoting sustainability within the community. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should reach out to Eric Wright at eric.wright@ihs.gov or call 505-256-6752 for further details regarding this opportunity.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for Remote Coding Services for the Albuquerque Indian Dental Clinic. The procurement aims to secure non-personal healthcare services that include professional billing and coding, with a focus on maintaining a 95% accuracy rate and ensuring timely turnaround for coding tasks. These services are critical for the efficient management of clinical visits, accurate diagnostic coding, and compliance with data privacy regulations such as HIPAA. Proposals are due by December 19, 2025, at 12 PM MT, and interested offerors must contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further inquiries. The contract will be awarded as a firm-fixed-price purchase order for one base year with four optional renewal periods, and eligibility requires registration in the System for Award Management (SAM).
    Great Plains Area Wide - Optical Fabrication Services - Indian Health Service
    Buyer not available
    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.