Pager/Beeper Services for the Shiprock Service Unit
ID: NAV_SRSU_001Type: Special Notice
Overview

Buyer

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

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Indian Health Service (IHS) is seeking to procure pager and beeper services for the Shiprock Service Unit, specifically for the Northern Navajo Medical Center and the Dzil-Na-O-Dilth-HLe Health Center in New Mexico. The contract will involve providing secure, encrypted, and continuous paging services that cover New Mexico, southern Colorado, and eastern Arizona, with the vendor responsible for all necessary personnel, supplies, materials, and equipment. This service is critical for ensuring uninterrupted communication within healthcare facilities, and the anticipated contract period is from December 1, 2025, to November 30, 2030. Interested parties must submit any responses demonstrating competitive advantages by 8:00 AM MST on November 3, 2025, to Cornelius Tsipai at cornelius.tsipai@ihs.gov, as this is a single-source procurement with no solicitation for competitive proposals.

    Point(s) of Contact
    Cornelius Tsipai
    cornelius.tsipai@ihs.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Award
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
    NNMC, Request for two (2) Non-PSC Inpatient Pediatrics RN Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for two Non-Personal Healthcare Services in the form of Inpatient Pediatric Nurses at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract encompasses a base period of six months, starting from January 1, 2026, with the possibility of extending through four additional six-month option periods, potentially lasting until June 30, 2028. These nursing services are critical for providing quality healthcare to pediatric patients in the region, and the procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561320. Interested contractors must comply with various federal regulations, including medical liability insurance requirements and submission protocols, and should direct inquiries to Matthew Atcitty at matthew.atcitty@ihs.gov.
    Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide non-personal healthcare services, including physician and other professional ambulatory services, for the Purchased/Referred Care (PRC) program in New Mexico. The objective is to procure medically necessary outpatient and inpatient services for eligible American Indian and Alaskan Native patients, which will be delivered at the contractor's facilities rather than IHS clinics or hospitals. This initiative is crucial for ensuring access to specialty healthcare services that are not available through IHS, thereby enhancing healthcare delivery to underserved populations. Interested parties should contact Eric Wright at eric.wright@ihs.gov or Patricia Trujillo at patricia.trujillo@ihs.gov for further details, with proposals due by January 1, 2025.
    NNMC Wellness Program Project
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking to award a non-competitive contract for consultation services to the Central Consolidated School District in Shiprock, New Mexico, as part of the NNMC Wellness Program Project. The contract aims to support the Health Promotion Disease Prevention (HPDP) department at the Northern Navajo Medical Center by providing unique consultation services, including access to local facilities for rehabilitation and community wellness initiatives. This opportunity is significant as it addresses health and wellness needs within the community, with a contract period spanning from January 15, 2026, to January 14, 2031, including a base year and four option years. Interested vendors may submit a capabilities statement by December 16, 2025, to Bertina Jones at bertina.jones@ihs.gov.
    Emergency Department Medical Equipment and Supplies
    Buyer not available
    The Indian Health Service (IHS) is conducting market research to identify potential sources for medical equipment and supplies needed for the Emergency Department at Gallup Indian Medical Center in New Mexico. The procurement focuses on a variety of essential items, including general procedure carts, adjustable-height instrument tables, isolation carts, and various scales, all adhering to specific infection control standards and operational efficiency requirements. This opportunity is crucial for ensuring the availability of high-quality medical supplies that support healthcare delivery in the region. Interested vendors must submit their qualifications and capability statements by December 19, 2025, at 10:00 AM (MST) to Rodney Brown at Rodney.Brown@ihs.gov, and must be registered in the System for Award Management (SAM) to participate.
    Postage Fee - Pitney Bowes Reserve Account
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is seeking to negotiate a contract with Pitney Bowes Reserve Account for postage fees required by the General Services Department. This procurement is classified under the NAICS code 532420, which pertains to Office Machinery and Equipment Rental and Leasing, and is intended to fulfill a unique need that Pitney Bowes is uniquely qualified to address. The opportunity is not a solicitation for bids, and interested vendors may submit capability statements by 10:00 AM (MST) on December 17, 2025, to the primary contact, Arlynda Largo, at arlynda.largo@ihs.gov or by phone at 505-786-2530.
    KHC Postage Fee - Pitney Bowes Reserve Account
    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 Pitney Bowes Reserve Account for postage fees required by the General Services Department. This procurement is classified as a sole source award due to an exclusive service agreement, and it will cover a base period plus three option years, with the total value not exceeding the Simplified Acquisition Threshold. The services are critical for the operational efficiency of the Kayenta Health Center in Arizona, ensuring timely mailing and distribution of essential health communications. Interested parties other than Pitney Bowes may submit capability statements to Ms. Daisha G. Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 16, 2025, although the government is not obligated to respond to submissions.
    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.
    Notice of Intent to Award - STAT and non-STAT Laboratory Testing Services
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with San Juan Regional Medical Center for STAT and non-STAT laboratory testing services in Shiprock, New Mexico. This procurement aims to ensure reliable laboratory testing capabilities, particularly in the event of a catastrophic incident that could disrupt services at the Northern Navajo Medical Center. The contract is anticipated to span a base period of one year, with four additional 12-month options, totaling up to five years of service. Interested vendors may submit capability statements by 10:00 AM (MST) on December 19, 2025, via email to Dallas Begay at dallas.begay@ihs.gov, as this notice does not constitute a request for quotations and competition is restricted to the selected provider.
    Notice of Intent - Xpert Xpress CoV-2/Flu/RSV plus
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a sole-source contract with Cepheid Inc. for the procurement of Xpert Xpress CoV-2/Flu/RSV Plus test kits. This procurement is aimed at ensuring the availability of diagnostic tests that are compatible with the GeneXpert instrument, which is critical for effective health management in the region. The contract will cover a base period from January 1, 2026, to December 31, 2026, with four additional option periods extending through December 31, 2030. Interested vendors who believe they can meet the requirements are invited to submit a capability statement by 10:00 AM (MST) on December 11, 2025, to Dallas Begay at dallas.begay@ihs.gov.