ISBEE Set-Aside: Indian Health Service - Oracle Hyperion Licenses
ID: 75H70426Q00007Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIVISION OF ACQUISITIONS POLICY HQROCKVILLE, MD, 20857, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

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), is seeking quotations for Brand Name Oracle Hyperion Licenses under solicitation RFQ 75H70426Q00007. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) and includes a requirement for both Oracle Essbase Plus and Oracle Hyperion Planning Plus licenses, with a total of 195 perpetual licenses and an option for an additional 75 licenses for each product. The contract will span from January 29, 2026, to January 28, 2027, with four one-year option periods extending to January 28, 2031, and all-inclusive pricing is required. Interested vendors must submit their quotes by December 23, 2025, at 10 AM EST, and any questions by December 17, 2025, to Natasha Bitsoi at Natasha.Bitsoi@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) Buy Indian Act Indian Economic Enterprise Representation Form is a crucial document for businesses seeking contracts under the Buy Indian Act (25 U.S.C. 47). This form requires Offerors to self-certify their status as an “Indian Economic Enterprise” (IEE) as defined by HHSAR 326.601. This certification must be valid at the time of offer, contract award, and throughout the contract performance period. The document explicitly states that failure to meet IEE criteria or submitting false information carries severe penalties, including those under 18 U.S.C. 1001 for false statements and 31 U.S.C. 3729 to 3731 for false claims. Successful Offerors must also be registered with the System for Award Management (SAM). The form includes a representation section for the Offeror to confirm or deny meeting the IEE definition, requiring signatures, printed names, tribal affiliation, business name, and DUNS number.
    RFQ 75H70426Q00007 outlines a federal government request for quotation for Hyperion License Renewal, specifically for Oracle Essbase Plus and Oracle Hyperion Planning Plus. The request includes both perpetual licenses for 195 users and optional perpetual licenses for an additional 75 users for each product. This document, Attachment No. 2, serves as the Schedule of Supplies/Services, detailing the quantity and unit of measure (EA) for these software licenses. The OEM is Oracle, and the OEM Part No. is SULS24-5255660, with SSN 5255660 and CSIs 18236145, 18953931. The RFQ specifies a Firm-Fixed-Price structure, with a section for the total maximum potential firm-fixed-price.
    This government file, Attachment No. 2: Schedule of Supplies/Services for RFQ 75H70426Q00007, outlines the requirements for a brand name Hyperion License Renewal. The request is for Oracle Essbase Plus and Oracle Hyperion Planning Plus licenses, both perpetual. The file specifies a quantity of 195 units for each license, with an optional additional 75 units for each. The document includes the OEM Name (Oracle) and OEM Part No. (SULS24-5255660), along with SSN and CSI numbers. This schedule is a component of a federal government Request for Quotation (RFQ), detailing the services and supplies needed for the renewal of Hyperion licenses.
    The U.S. Department of Health and Human Services, Indian Health Service (IHS), Division of Acquisition Policy (DAP), has issued Solicitation 75H70426Q00007, a Justification for Other Than Full and Open Competition for Oracle Hyperion Licenses. This procurement, valued below the simplified acquisition threshold, is for proprietary Oracle Hyperion software, which is essential for IHS's centralized planning, budgeting, and forecasting, including Spend Plan and IHS Operating Plan processes. The decision to acquire brand-name Oracle Hyperion licenses is based on the software's existing integration within the IHS system environment. Market research, conducted under the Buy Indian Act and focusing on Indian Small Business Economic Enterprises (ISBEEs), revealed at least two or more ISBEE vendors capable of providing the brand-name products. Consequently, this requirement will be competed as an ISBEE Set-aside under FAR Part 12.
    The Request for Quotation (RFQ) 75H70426Q00007 seeks proposals for a Hyperion License Renewal, incorporating various FAR and HHSAR provisions by reference, alongside full-text clauses. Key provisions include certifications regarding federal transactions, confidentiality agreements, System for Award Management, and prohibitions against inverted domestic corporations and delinquent tax liabilities. The RFQ emphasizes compliance with HHS Information and Communication Technology (ICT) accessibility standards (Section 508), requiring offerors to submit Accessibility Conformance Checklists or Reports. Evaluation will be based on a "Lowest Price Technically Acceptable" method, with technical acceptability assessed on a pass/fail basis. Quotes are due by December 23, 2025, 10 AM EST, and must include a price quote, technical capability details, an authorized reseller letter, and specific business information. All submissions must be emailed, and contractors must identify any deviations from the RFQ's terms.
    RFQ 75H70426Q00007 outlines the clauses for a Hyperion License Renewal, incorporating various FAR and HHSAR clauses by reference and in full text. Key FAR clauses cover whistleblower rights, confidentiality agreements, System for Award Management, subcontracting with debarred contractors, and prohibitions on contracting with inverted domestic corporations. It also includes provisions for small business set-asides, labor standards (convict and child labor, equal opportunity for veterans and individuals with disabilities), combating human trafficking, privacy training, and discouraging text messaging while driving. Financial clauses address electronic funds transfer and accelerated payments for small business subcontractors. Protest and breach of contract are also covered, along with security prohibitions and safeguarding contractor information systems. HHSAR clauses detail privacy, confidential information, Indian preference, and publications. Full-text clauses grant the Government options for increased quantity, extending services for up to six months, and extending the contract term up to five years and six months total. The RFQ mandates electronic submission of payment requests via the Department of Treasury's IPP, with exceptions requiring written authorization. It also emphasizes compliance with Section 508 of the Rehabilitation Act for Information and Communication Technology (ICT) accessibility, requiring contractors to ensure all ICT products and services meet Revised 508 Standards, provide accessibility conformance documentation, and bear the cost of remediation if non-compliant. Additionally, the RFQ includes local IHS clauses mandating IPv6 compliance for all new IT systems and solutions, requiring interoperability with IPv4, and ensuring contractor support and upgrades at no additional cost to the Government. A clause on the prevention of malicious code requires contractors to implement anti-virus procedures, scan all delivered software, and ensure government systems are free of malicious code after service.
    RFQ 75H70426Q00007 outlines the terms and conditions for a Hyperion License Renewal, incorporating various federal and HHS-specific clauses. Key FAR clauses cover whistleblower rights, prohibition on certain confidentiality agreements, System for Award Management maintenance, and small business set-asides. HHSAR clauses address privacy, confidential information, Indian Preference, and electronic submission of payment requests via the Department of Treasury Invoice Processing Platform (IPP). The document emphasizes Information and Communication Technology (ICT) accessibility, requiring compliance with Revised 508 Standards and mandating remediation at the contractor's expense for non-conformance. Furthermore, it includes IHS Local Clauses for Internet Protocol version 6 (IPv6) compliance for all new IT systems, ensuring interoperability with IPv4, and mandates anti-virus procedures to prevent malicious code in all delivered software and media.
    The Indian Health Services (IHS) Office of Information Technology (OIT) issued RFQ 75H70426Q00007 for Brand Name Oracle Hyperion Licenses. This fixed-price purchase order is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 541519. The contract spans a base period from January 29, 2026, to January 28, 2027, with four one-year option periods extending until January 28, 2031. Quoted unit pricing must be all-inclusive. Applicable regulations include Revolutionary FAR Overhaul (RFO) and Health and Human Services Acquisition Regulation (HHSAR) Provisions and Clauses. Questions are due by December 17, 2025, and quotes by December 23, 2025, both at 10 AM EST, to Natasha.Bitsoi@ihs.gov. Attachments provide further details on IEE representation, schedule of supplies, brand name justification, and FAR provisions/clauses.
    RFQ 75H70426Q00007 is a request for quotation for Brand Name Oracle Hyperion Licenses for the Indian Health Services (IHS) Office of Information Technology (OIT). This requirement is 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 541519. The fixed-price purchase order will cover a period of performance from January 29, 2026, to January 28, 2027. All quoted unit pricing must be all-inclusive. Applicable provisions and clauses include Revolutionary FAR Overhaul (RFO) and Health and Human Services Acquisition Regulation (HHSAR). Questions are due by December 17, 2025, at 10 AM EST, and quotes are due by December 23, 2025, at 10 AM EST, to Natasha.Bitsoi@ihs.gov.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    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.
    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.
    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.
    Urgency & Compelling Citrix License and Support
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, is seeking to procure Citrix licenses and support services with an emphasis on urgency and compelling need. This procurement aims to secure application development software that is critical for enhancing IT and telecom capabilities within the agency. The Citrix software is essential for facilitating remote access and improving operational efficiency in healthcare delivery to Native American populations. Interested vendors can reach out to Ursula Maslonka at ursula.maslonka@ihs.gov or by phone at 605-226-7274 for further details regarding this opportunity.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    Sources Sought - FYSU Cloud Web-Based Inventory Management System Service
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide a cloud-based inventory management system for the Fort Yuma Health Care Center (FYHCC) in Winterhaven, California. The required system must include features such as real-time inventory tracking, automated purchasing workflows, electronic requisitioning, barcode and mobile scanning capabilities, and customizable reporting and analytics, along with comprehensive implementation services, training, and ongoing technical support. This procurement is crucial for modernizing inventory management operations within the healthcare facility, ensuring efficient and effective service delivery. Interested vendors must submit their qualifications, including a completed Indian Economic Enterprise Representation form, by December 24, 2025, at 1 PM EST, and can contact Minkyu Kim at minkyu.kim@ihs.gov for further information.
    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.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    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.
    Notice of Sole Source Award
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Phoenix Area Indian Health Service, is issuing a notice for a sole source award for a Point of Care Web-Based Software System. This procurement aims to provide a clinical decision support resource software system that assists clinicians in making informed point-of-care decisions to enhance patient care quality across various health clinics in the Phoenix area. The software, supplied by UptoDate Incorporated, is crucial for delivering high-quality, evidence-based medical care by offering timely access to peer-reviewed clinical information. Interested parties capable of providing similar services may submit a capability statement to Michele Lodge at Michele.Lodge@ihs.gov by 3 PM (EST) on January 2, 2026, referencing notice number PHX-SS-26-004. The period of performance for this contract is set from January 1, 2026, to June 30, 2026.
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines to interface with ScriptPro systems across three locations: Clinton, El Reno, and Watonga, Oklahoma. The procurement includes six line items, encompassing both the implementation of the systems and 12 months of monthly service fees, with a performance period of 12 months from the date of award. This initiative aims to enhance the efficiency of pharmacy operations by automating package tracking and reducing errors, thereby improving service delivery to the Indian Health Centers. Interested vendors must submit their quotes by December 22, 2025, at 10:00 AM CDT to Misti Bussell via email at misti.bussell@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for contract award.