Cepheid Reagent Test Cartridges and Consumables
ID: IHS1505586Type: Sources Sought
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to supply Cepheid Reagent Test Cartridges and consumables for healthcare facilities in the Great Plains Area, particularly in South Dakota. This procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract to ensure a consistent supply of molecular diagnostic reagent test kits, which are vital for enhancing patient care in underserved rural areas, especially for rapid COVID-19 testing and diagnosing sexually transmitted infections. The contract will span from April 1, 2025, to March 31, 2030, with a structured ordering system and electronic invoicing to streamline operations; interested vendors must submit their capabilities by March 17, 2025, to William Kohl at william.kohl@ihs.gov or by phone at 605-268-3136.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file outlines a Request for Proposal (RFP) for establishing an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply molecular diagnostic reagent test kits and consumables to specific Indian Health Service (IHS) facilities in the Great Plains Area. This initiative is aimed at enhancing patient care in underserved rural areas by providing necessary diagnostic tools, particularly crucial for rapid COVID-19 testing and diagnosing sexually transmitted infections. The contract includes three hospitals and one clinic that operate continuously, facilitating efficient healthcare delivery. The contractor must furnish reagent test kits compliant with CLIA'88 and FDA regulations and provide maintenance services, effective from April 1, 2025, to March 31, 2030, with potential extensions. A structured ordering system and electronic invoicing through the Invoice Processing Platform (IPP) ensures streamlined operations. The project emphasizes the urgent demand for timely diagnostics to treat patients effectively, mitigating the impacts of illness in these communities, and underscores the importance of having functional laboratory equipment to prevent service disruptions. Overall, the document illustrates a crucial government effort to improve healthcare access and outcomes in rural areas through enhanced diagnostic capabilities.
    The Great Plains Area Indian Health Service (GPAIHS) has issued a Sources Sought Notice (IHS1505586) to identify potential Indian Economic Enterprises (IEEs) for the procurement of Cepheid Reagent Test Cartridges and consumables. This notice is for informational purposes only, assisting the government in determining acquisition methods and potential eligibility for set-asides. The requirement is to establish a Firm-Fixed Price, Non-Personal Service Contract for four health care facilities in South Dakota, aimed at fulfilling the demands for Cepheid diagnostic testing supplies and supportive services. The initiative includes an Indefinite Delivery Indefinite Quantity (IDIQ) framework intended for consistent replenishment of test kits in accordance with CLIA'88 and FDA standards, with service hours from 8 AM to 5 PM local time. Performance is set to begin in May 2025, lasting for five years, with the first contract year running through April 2026. Interested vendors must submit their capabilities by March 17, 2025. The government maintains no obligation to award a contract based on this notice, and no proprietary information should be included in submissions. This notice prepares GPAIHS for potential further solicitations depending on responses received.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Respiratory Equipment and Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking Indian Economic Enterprises (IEE) to supply respiratory equipment and supplies for the Rosebud Comprehensive Health Care Facility in South Dakota. The contract aims to provide essential respiratory care items, such as oxygen concentrators and CPAP machines, for patients without alternative healthcare coverage, thereby enhancing health outcomes for Native Americans. This procurement is crucial for improving the quality of life for the Rosebud Sioux tribal members and will operate under a Firm-Fixed Price Purchase Order for a base year with four potential option years, starting from May 1, 2025, to April 30, 2026. Interested vendors should submit their responses via email to the designated Contract Specialist by March 17, 2025, and are encouraged to register with the electronic Invoice Processing Platform (IPP) for payment processing. For further inquiries, contact William Kohl at william.kohl@ihs.gov or call 605-268-3136.
    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, Commercial Item, Delivery/Task Order to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota. POP: Base Plus Four (4) Option Years
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Immunoassay Reagents and Supplies for the Standing Rock Service Unit (SRSU) at the Fort Yates IHS Hospital in North Dakota. The procurement aims to enhance laboratory services by supplying essential reagents for the Abbott Architect i1000SR Immunoassay Analyzer, which will be used for various diagnostic tests, including the detection of proteins, allergens, drugs, and infectious diseases. Timely delivery is crucial, with a requirement for items to be shipped within seven days and the capability for expedited overnight shipping in urgent situations. Interested parties must respond to the Sources Sought notice by providing their company information and identifying their business status in relation to the specified NAICS code (424210) by the deadline, with all submissions directed to David Jones at the Great Plains Area Indian Health Service.
    GE Imaging Systems Maintenance Agreement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Economic Enterprises (IEEs) for a GE Imaging Systems Maintenance Agreement. This procurement aims to establish a Firm-Fixed Price, Non-Personal Service Type Contract for maintenance services across five healthcare facilities located in South Dakota and North Dakota, focusing on onsite calibration, preventive maintenance, and safety testing in accordance with original equipment manufacturers' recommendations and federal healthcare standards. The contract is anticipated to last five years, with services scheduled at quarterly, semi-annual, and annual intervals, ensuring compliance with accrediting standards and enhancing the operational efficiency of medical equipment. Interested parties must submit their capabilities via email to William Kohl at william.kohl@ihs.gov by March 17, 2025, as this notice serves informational purposes only and does not guarantee contract award or payment for responses.
    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.
    Buy-Indian Sources Sought: STAT Testing & Blood Testing Components
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors for STAT laboratory and blood testing services for the Parker Indian Health Center in Arizona. The procurement aims to secure a nearby laboratory capable of delivering critical test results swiftly, ideally within one hour, to support emergency and inpatient departments, thereby ensuring high standards of patient care. This initiative is vital as it addresses the urgent need for timely testing services, which can significantly impact patient outcomes and prevent costly transfers or potential loss of life. Interested vendors must comply with the Buy Indian Act, self-certify their status as Indian Economic Enterprises, and respond by March 14, 2025, at 2 PM (MST), with a budget allocation of $35 million for this contract. For further inquiries, vendors can contact Kenneth Nicholson at kenneth.nicholson@ihs.gov.
    Pharmacist Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide pharmacist services at the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota. The primary objective is to ensure continuous pharmaceutical care for approximately 7,000 tribal members, requiring the provision of up to two pharmacists to cover staffing absences and maintain compliance with IHS guidelines. This opportunity is critical for enhancing healthcare delivery within the community, emphasizing the need for culturally sensitive interactions and adherence to federal regulations. Interested parties must submit their capabilities by March 17, 2025, and can contact William Kohl at william.kohl@ihs.gov or 605-268-3136 for further information.
    Request for Quote Firm, fixed-price, non-personal services for Testing, Measuring, and Diagnostic Equipment Calibrations for the Great Plains Area OEHE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, is seeking quotes for firm, fixed-price, non-personal services related to the calibration, performance testing, and repair of Test, Measurement, and Diagnostic Equipment (TMDE). The contractor will be responsible for providing comprehensive calibration services in accordance with original equipment manufacturer guidelines, ensuring compliance with federal acquisition regulations, and maintaining high standards of patient safety and equipment reliability. This procurement is crucial for maintaining the operational integrity of health services provided to Indian communities, with a performance period extending from March 24, 2025, to December 31, 2025, and options for four additional years. Interested contractors should contact Erin Doering at Erin.Doering@ihs.gov or call 605-226-7662 for further details, and proposals must adhere to the Lowest Price Technically Acceptable evaluation criteria.
    Physician and Pediatrician Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified Indian Economic Enterprises to provide Physician and Pediatrician Services at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC) in Sisseton, South Dakota. The objective is to engage up to four contract providers to ensure uninterrupted outpatient Family Medicine and Pediatrician services for approximately 7,000 tribal members on the Lake Traverse Reservation, addressing a critical shortage of primary care providers. This initiative is vital for enhancing healthcare access and delivering comprehensive care while adhering to federal regulations and quality standards. Interested parties must submit their responses by March 17, 2025, to Contract Specialist William Kohl at william.kohl@ihs.gov, with the anticipated contract running from May 1, 2025, through April 30, 2030.
    SOURCES SOUGHT: Calibration Verification Test Sets for the QuidelOrtho VITROS XT 3400 Chemistry System and QuidelOrtho VITROS XT 7600 Chemistry System
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking sources for Calibration Verification Test Sets for the QuidelOrtho VITROS XT 3400 and XT 7600 Chemistry Systems. This procurement aims to ensure the accuracy and reliability of diagnostic testing equipment used in healthcare settings, particularly within the Navajo Area Indian Health Service in Kayenta, Arizona. The opportunity emphasizes the importance of compliance with the Buy Indian Act, requiring Offerors to self-certify their eligibility as Indian Economic Enterprises throughout the contracting process. Interested parties can reach out to Flora Washington at flora.washington@ihs.gov or call 928-380-8345 for further details regarding this opportunity.