Emergency Mass Notification System - Phoenix Area IHS
ID: SS-25-PHX-034Type: Sources Sought
Overview

Buyer

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

NAICS

All Other Telecommunications (517810)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for an Emergency Mass Notification System to be implemented within the Phoenix Area Indian Health Services. This system, designed as a Cloud-Based Software as a Service (SaaS), aims to enhance public safety communications by enabling real-time notifications across multiple channels, including SMS, email, and social media, while ensuring compliance with federal security standards. The initiative is crucial for improving governmental responses to emergencies and maintaining effective communication during critical events. Interested firms must respond by June 12 at 1 PM PST, providing necessary qualifications and self-certification of their status as an Indian Economic Enterprise (IEE) or Indian Small Business Economic Enterprise (ISBEE), with inquiries directed to Dekovan Cook at Dekovan.Cook@ihs.gov or by phone at 602-364-5018.

    Point(s) of Contact
    Files
    Title
    Posted
    The Phoenix Area Indian Health Service is seeking proposals for a Cloud-Based Notification System that operates as a Software as a Service (SaaS) to manage critical events affecting public safety. The system aims to enhance governmental responses to emergencies by facilitating real-time communication and notifications across various channels, including SMS, email, and social media. Key functionalities include a scalable contact database, customizable messaging, and comprehensive administrative controls for user management. The contractor will also provide ongoing maintenance, training, and support services, along with a rigorous compliance to security standards, such as FedRAMP certification and adherence to FIPS 140-2 encryption protocols. The project encompasses both functional and technical requirements, ensuring resilience against unforeseen events through business continuity and disaster recovery planning. The expected performance period includes a base year with four optional years, contingent on satisfactory service and fund availability. The document outlines evaluation criteria based on functional and technical requirement fulfillment, pricing, and past performance, emphasizing the need for a comprehensive solution that meets federal accessibility standards. This initiative reflects a commitment to enhancing public safety communications within the Indian Health Service's jurisdiction.
    The Indian Health Service (IHS) is issuing a self-certification form related to the Buy Indian Act, which requires offerors to confirm their status as an "Indian Economic Enterprise." This certification is a necessary part of the solicitation process for contracts under federal Requests for Proposals (RFPs) and is applicable at three key points: upon offer submission, at contract award, and throughout the contract's performance duration. Offerors must immediately notify the Contracting Officer if their eligibility status changes. Documentation may be required to verify compliance, and providing false information can lead to severe legal penalties. Additionally, successful applicants must be registered in the System of Award Management (SAM). The form includes sections for the name and signature of the enterprise owner, tribal ties, and business identity, ensuring that only eligible entities receive federal contracting opportunities as intended by the Buy Indian Act.
    The document outlines a sources sought notice from the Indian Health Services (IHS) for an Emergency Mass Notification System, intended to gather market research and compliance with the Buy Indian Act. It emphasizes the priority for acquisitions to be set aside for Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE), which are defined by specific ownership and management criteria. Interested parties are encouraged to submit their qualifications, including company details and capability statements, while emphasizing the need for IEE status verification through self-certification and documentation. Prospective contractors must complete necessary representations and certifications in the Systems for Award Management (SAM) to facilitate the appropriate acquisition decision. The primary goal is to ensure participation from eligible Indian-owned businesses in the procurement process while adhering to federal regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. This construction project aims to redesign and install a new fire alarm system across multiple buildings within the medical center, ensuring compliance with NFPA codes and replacing an outdated system. The contract, valued between $1,000,000 and $5,000,000, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and has a performance period of 180 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Joshua VanSkike at joshua.vanskike@ihs.gov or by phone at 240-485-7526. Proposals must adhere to the guidelines outlined in the solicitation documents, with all relevant information available for download at the SAM website.
    Emergency Notification System (ENS)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking a contractor to provide Blackberry AtHoc Emergency Notification System (ENS) licenses and software on an uninterrupted basis. This procurement is critical to ensure the safety of CBP personnel, highlighting the importance of reliable emergency communication systems in maintaining operational readiness. The opportunity is posted as a Justification for Exception to Fair Opportunity (JEFO) in accordance with FAR 16.505(b)(2)(ii)(A), and interested parties can reach out to LaNita Calhoun at lanita.c.calhoun@cbp.dhs.gov for further details.
    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.
    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.
    Notice of Sole Source Award
    Buyer not available
    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.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    Urgency & Compelling Citrix License and Support
    Buyer not available
    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.
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    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.