Notice of Intent to Award: Belcourt Alaris replacements
ID: IHS1504326Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEGREAT PLAINS AREA INDIAN HEALTH SVCABERDEEN, SD, 57401, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, intends to award a sole source contract for the procurement of BD Alaris devices, which are critical for maintaining operational continuity in healthcare settings. The procurement aims to replace third-party acquired devices that are incompatible with existing technology, ensuring that the new equipment meets specific software compatibility requirements essential for effective patient care. The total estimated value of this contract is less than $36,000, and interested parties are invited to submit evidence that competition would be advantageous to the government, although this is not a request for quotes or proposals. For inquiries, stakeholders should contact Contract Specialist Mona Weinman via email at mona.weinman@ihs.gov, as phone calls will not be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a "Justification for Other than Full and Open Competition" related to the procurement of medical equipment remediation services at the Quentin N. Burdick Memorial Healthcare in Belcourt, ND. The essential action pertains to the remediation of BD (Carefusion) Alaris infusion systems, crucial for continuing operations within the facility as these systems make up about 25% of its inventory. The recommended contractor for the remediation is Carefusion Solutions, LLC, with an estimated procurement cost of $42,509.82. The justification for limited competition is based on the brand name necessity due to the original equipment manufacturer's (OEM) specific maintenance requirements, asserting that no suitable alternatives exist that could meet the critical performance specifications. If the remediation is not carried out, operational disruptions could severely impact patient care. The document emphasizes compliance with the Federal Acquisition Regulation (FAR) to ensure the justification is approved, reflecting the need for specialized services unique to the OEM, which underscores the significance of maintaining the functionality of essential medical equipment in healthcare settings.
    The document outlines a Sole Source Justification (SSJ) for an acquisition valued between $25,000 and $250,000 by the Department of Health and Human Services (HHS). It specifies the need for Carefusion Solutions to provide updated BD Alaris Infusion devices to replace third-party acquisitions that are incompatible with existing technology. The project's purpose is to maintain operational continuity within the Great Plains Area by acquiring compatible equipment capable of functioning with existing devices. The justification cites the unique qualifications of Carefusion as the intellectual property rights holder for the Alaris platforms, emphasizing that other sources cannot meet the specific software compatibility requirements. A Special Notice of Intent to Sole Source will be published, adhering to federal regulations for transparency. The contract type will be firm-fixed-price with an estimated total value of $35,000. The document is officially certified as accurate by the Project Officer and Contracting Officer, affirming the rationale for the sole source decision. Overall, this SSJ is essential for ensuring that the agency can procure critical, compatible medical equipment while complying with procurement regulations.
    The Great Plains Area (GPA) Indian Health Service intends to award a sole source contract for the procurement of BD Alaris devices, which may be acquired through leasing or third-party purchases. This decision to forgo competitive bidding is justified under FAR 6.302-1, indicating that only one responsible supplier can meet the agency's specific needs after conducting market research. The total cost for this contract is estimated to be under $36,000. Stakeholders interested in this notice must provide evidence that competition would be beneficial to the government and feasible without impacting the agency's mission of standardization. Responses will help evaluate whether a competitive procurement process is warranted, but the government will not bear any costs related to the responses. The communication regarding this notice must be directed to Contract Specialist Mona Weinman via email, and clarity in correspondence is emphasized. This notice is not a request for quotes or proposals, serving merely as a means to assess the potential for competitive procurement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to award sole source - Compact Robotic Prescription Dispensing System - Tsaile Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to ScriptPro USA, Inc. for the provision of a Compact Robotic Prescription Dispensing System at the Tsaile Health Center in Arizona. This procurement is critical as the ScriptPro system is currently installed and operational, directly supporting patient care by managing the automated dispensing workflow in conjunction with the RPMS system. The anticipated period of performance for this contract is from January 1, 2026, to December 11, 2026, with three optional one-year extensions available. 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.
    M System
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, is seeking a firm to provide inventory tracking services for the Property and Supply Department at the Quentin N Burdick Memorial Healthcare Facility in Belcourt, North Dakota. This procurement involves a Firm Fixed Price Purchase Order and is justified for other than full and open competition, indicating a sole source requirement for software services. The selected contractor will play a crucial role in enhancing inventory management, which is vital for the efficient operation of healthcare services in the region. Interested parties can contact Phyllis Gourneau at Phyllis.gourneau@ihs.gov or by phone at 701-477-8434 for further details regarding this opportunity.
    Notice of Intent to Restrict Competition – NAIHS Gallup Indian Medical Center – Automated Dispensing Cabinet System
    Buyer not available
    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 at the Gallup Indian Medical Center in New Mexico. The contract will be negotiated exclusively with Carefusion Solutions LLC, as they currently provide these systems and a seamless integration with existing infrastructure is essential to meet Joint Commission requirements. This procurement is critical for maintaining operational efficiency and compliance within the medical center, with the base period of performance set for January 1, 2026, to December 31, 2026, and an option period extending through December 31, 2027. Interested vendors may submit capability statements to Rodney Brown at Rodney.Brown@ihs.gov by 10:00 AM (MST) on December 8, 2025, although this notice does not constitute a request for quotations.
    Intent to Sole Source to Ortho Clinical Diagnostics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Ortho Clinical Diagnostics for the renewal of a cost-per-test/lease agreement for two Vitros XT 7600 Integrated Chemistry systems at the Chinle Comprehensive Health Care Facility Laboratory Department in Arizona. This procurement is critical to ensure uninterrupted laboratory services that directly impact patient care, as the facility is already equipped with the analyzers and staff trained on their operation. The contract period is set from January 1, 2026, to December 31, 2026, with two optional one-year extensions, and interested parties may contact Nora Nutlouis at nora.nutlouis@ihs.gov or 928-725-9806 for further information. Responses to this notice must be submitted by the specified deadline to be considered for any future competitive procurement decisions.
    Great Plains Area Multiple Vendor Cost Per Reportable Result (CPRR) IDIQ contract for Automated Chemistry and Immunochemistry Instrumentation at five (5) IHS Hospitals and seven (7) IHS clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Automated Chemistry and Immunochemistry Instrumentation at various IHS facilities in North and South Dakota. This procurement aims to provide laboratory analyzers and comprehensive maintenance services, with a focus on Cost Per Reportable Result (CPRR) for automated chemistry and immunochemistry, ensuring that all equipment and parts supplied are new and compliant with federal regulations. Proposals are due by December 2, 2025, at 12:00 pm CT, and will be evaluated based on the Lowest Price Technically Acceptable criteria. Interested contractors should direct inquiries to Mona Weinman at mone.weinman@ihs.gov and ensure they are registered with SAM.gov and familiar with the Invoice Processing Platform (IPP) for payment processing.
    Sole Source-FujiFilm Medical Synapse Upgrade for Red Lake Hospital
    Buyer not available
    The Department of Health and Human Services (HHS), through the Indian Health Service (IHS), intends to award a sole source contract to FujiFilm Medical for an upgrade of the Synapse medical imaging system at the Red Lake Hospital in Minnesota. This procurement involves upgrading from Synapse version 5 to version 7.4, which includes necessary hardware replacements and ongoing technical support, as FujiFilm Medical is the exclusive developer and provider of these services. The Synapse system is critical for the hospital's medical imaging program, enabling the storage and viewing of diagnostic images essential for patient care. The contract is valued at $70,575, and interested parties may contact Purchasing Agent Winona Kitto at winona.kitto@ihs.gov for further inquiries, although this notice is not a request for competitive quotes.
    IHS1520728-Postage
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to the United States Postal Service for postage services associated with the Quentin N Burdick Memorial Health Care Facility in Belcourt, North Dakota. This procurement aims to ensure timely delivery of patient medications and critical medical communications, which are vital for maintaining the health and quality of life of the tribal population, known for its high poverty levels. The total estimated value of the contract is $50,000, with the period of performance commencing immediately upon award. Interested parties may direct questions to Jody Keplin at jody.keplin@ihs.gov, and responses to this notice should demonstrate compelling evidence for the need for this sole source procurement.
    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.
    KHC Pitney Bowes Mail Machine Upgrade
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to negotiate a non-competitive firm-fixed-price contract for the upgrade of the Pitney Bowes mail machine at the Kayenta Health Center in Arizona. The procurement involves acquiring an IMI Compliant Postage meter along with the SendPro 360 Sending application, which is essential for the efficient handling of mail services at the facility. This sole source award is directed to Pitney Bowes Federal Systems due to an exclusive service agreement, and interested parties other than Pitney Bowes may submit capability statements by December 15, 2025, to the Purchasing Agent, Daisha Richards, at Daisha.Richards@ihs.gov. The government retains the discretion to determine whether to proceed with a competitive procurement based on the responses received.
    KHC BIOMERIEUX SUPPLIES
    Buyer not available
    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.