OneSource Database Access for White Earth Health Center
Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICERockville, MD, 20852, US

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to procure access to the OneSource database for the White Earth Health Center in Ogema, Minnesota. This procurement aims to establish a centralized database that will provide critical manufacturer-related information, thereby enhancing patient safety and ensuring compliance with accreditation requirements. The contract, valued at approximately $16,800, is set to run from April 1, 2025, to March 31, 2029, and is justified under FAR 6.302-1 due to the unique capabilities of OneSource as the only vendor able to meet these specific needs. Interested parties can reach out to Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Justification and Approval (J&A) for an Other Than Full and Open Competition procurement by the Department of Health and Human Services (HHS). This specific procurement is a response to the White Earth Service Unit's need for a centralized database called oneSource to access critical manufacturer-related information, enhancing patient safety and compliance with accreditation requirements. The estimated contract value is $16,800, set for the period from April 1, 2025, to March 31, 2029. The justification is based on FAR 6.302-1, indicating that oneSource is the only responsible vendor capable of providing necessary services. No competitive options exist due to unique capabilities tied to proprietary data exclusive to oneSource. The document emphasizes efforts to explore possible competition, asserting that market research confirmed the lack of qualified sources. There are steps outlined for a future increase in competition considerations for subsequent acquisitions. Additionally, the document includes required certifications and approvals from relevant personnel and outlines the contract's strategic importance to the agency’s mission. Its structure includes sections for procurement history, barriers to competition, and a fair pricing determination, ensuring compliance with federal regulations in securing the contract efficiently.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Acoma Canoncito Laguna Service Unit Electronic Drug Database
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the provision of an electronic drug database for the Acoma-Canoncito-Laguna Indian Health Center in New Mexico. The contract, which spans five years starting April 1, 2025, includes a 12-month base period with options for four one-year renewals, and requires the contractor to deliver comprehensive drug-related information to support clinical staff's educational and treatment needs. This initiative underscores the government's commitment to enhancing healthcare resources within Indian Health Services, ensuring that clinical personnel have access to vital drug information and safety resources. Interested parties can contact Eric Wright at eric.wright@ihs.gov or by phone at 505-256-6752, with a fixed annual contract price of $7,000 and adherence to federal and tribal regulations required.
    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.
    Sources Sought: Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide Areawide Service, Support, & Maintenance Agreement for RPMS/Radiology PACS, Chargemaster and Lab Interface for GPA IHS Health Care Facilities. Base + Four OY.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide a Firm Fixed-Price, Non-Personal Service Type agreement for Areawide Service, Support, and Maintenance of the RPMS/Radiology PACS, Chargemaster, and Lab Interface for Great Plains Area Indian Health Service facilities. The contractor will be responsible for system monitoring, troubleshooting, and updates, ensuring compliance with equipment guidelines, and providing 24/7 emergency support, which is critical for maintaining efficient healthcare operations in the region. This opportunity is set aside under the Buy Indian Act, emphasizing the importance of supporting Indian Economic Enterprises, and interested parties must be registered with the System of Award Management (SAM). For further inquiries, potential bidders can contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov, with the contract including a base period and four option years.
    Sole Source to Biomerieux,Inc for the spotfire respiratory test kits
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to procure respiratory test kits from Biomerieux, Inc. through a sole source contract. The objective of this procurement is to obtain FDA-approved diagnostic testing equipment capable of rapidly differentiating multiple respiratory viruses, including COVID-19 and influenza, within a 16-minute timeframe, addressing the urgent need for such capabilities in Oklahoma due to high rates of respiratory diseases. The procurement will utilize a Blanket Purchase Agreement (BPA) to ensure timely access to these critical supplies throughout the respiratory season, with the primary contact for this opportunity being Ronay Burns, who can be reached at Ronay.Burns@ihs.gov.
    Sole Source Award Notice
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is issuing a sole source contract to Steris Corporation for maintenance services of sterilization equipment at the Hopi Health Care Center in Polacca, Arizona. This procurement, valued at $172,074.48 for the year 2025, is essential for ensuring patient safety and infection control, as Steris is the only factory-authorized supplier capable of providing the necessary parts and services due to their proprietary technology. Interested vendors are invited to submit capability statements, although this is not a request for proposals, and the government retains the right to determine if a competitive procurement process is warranted. For further inquiries, interested parties may contact Kerri Gilmore at Kerri.Gilmore@ihs.gov.
    Mammography Tracking Program and Service Support for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Mammography Tracking Program and Service Support for the White Earth Health Center located in Ogema, Minnesota. The procurement aims to provide software installation, staff training, and comprehensive technical support, including toll-free assistance and remote troubleshooting, while ensuring compliance with Revised Section 508 Accessibility standards. This initiative is crucial for enhancing healthcare services for Native American communities by leveraging technology and promoting economic participation of Indian-owned businesses through the Buy Indian Act. Interested vendors must certify their status as Indian Economic Enterprises and submit their qualifications to Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov.
    Intent to Sole Source: Annual License and Subscription Fee
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is announcing an intent to sole source an annual license and subscription fee for software services required by the Navajo Area Indian Health Service in Chinle, Arizona. This procurement is focused on obtaining essential software solutions that support healthcare operations and services within the Indian Health Service framework. The software is critical for maintaining efficient healthcare delivery and management for the Navajo community. Interested vendors can reach out to Danelle Attson at danelle.attson@ihs.gov or by phone at 928-674-7634 for further details regarding this opportunity.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase to provide a Bone Density Scanner for the Pine Ridge Service Unit (PRSU), Pine Ridge IHS Hospital, Pine Ridge, South Dakota. Period of Performance: 6 Months from Date of Award.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking quotes for a Firm Fixed-Price contract to procure a bone density scanner for the Pine Ridge Service Unit at the Pine Ridge IHS Hospital in South Dakota. This procurement aims to enhance medical services by providing essential imaging equipment, which is crucial for diagnosing and monitoring bone health in patients. The solicitation emphasizes a total small business set-aside, encouraging participation from small businesses while adhering to federal procurement regulations. Interested vendors must submit competitive pricing and comply with technical specifications, with the evaluation based on a Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential offerors can contact David Jones at david.jones@ihs.gov or Wenda Wright at wenda.wright@ihs.gov, with the period of performance set for six months from the date of award.
    Intent to Sole Source to Fisher Scientific company LLC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Fisher Scientific Company LLC for the provision of testing supplies at the Pinon Health Center Facility in Arizona. This procurement is deemed non-competitive as Fisher Scientific is the only organization capable of supplying the necessary items to prevent any disruption in services that could adversely affect patient care. Interested parties are advised that the government will not solicit competitive proposals, and any responses must be submitted by November 9, 2024, at 5:00 PM MST to be considered. For further inquiries, contact Whitney Shorty at whitney.shorty@ihs.gov or call 928-725-9806.
    Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract. This procurement aims to gather specialized cost data and estimating services that will support the construction and renovation of facilities serving Native American communities. The selected contractor will play a crucial role in ensuring accurate budgeting and financial planning for projects that enhance healthcare infrastructure. Interested parties should contact Matt D Sanders at matt.sanders@ihs.gov or 206-374-7302, or Andrew E. Hart at andrew.hart@ihs.gov or 206-615-2453 for further details. Additionally, Offerors must comply with the Buy Indian Act and confirm their status as an "Indian Economic Enterprise" throughout the contract process.