Connex Wall System
ID: 75H71025Q00061Type: Solicitation
Overview

Buyer

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

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

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

    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the procurement of a Welch Allyn Connex Wall System for the Crownpoint Healthcare Facility in New Mexico. The system is required to include essential components such as a Nellcor SpO2 monitor, SureTemp Plus Thermometry, and a blood pressure cuff management system, with a focus on enhancing patient care through upgraded medical equipment. This opportunity is set aside for Indian Small Business Economic Enterprises, emphasizing the government's commitment to supporting Native-owned businesses, with a delivery deadline of May 15, 2025. Interested parties should contact Arlynda Largo at Arlynda.largo@ihs.gov or Janice Martinez at Janice.Martinez@ihs.gov for further details.

    Files
    Title
    Posted
    The Department of Health & Human Services' Indian Health Service has issued a Buy Indian Act Representation Form, which serves as a self-certification for entities seeking to participate in federal contracting under this act. The form mandates that the Offeror confirms their status as an “Indian Economic Enterprise” and maintain that status throughout the contract cycle, including at the time of bid submission, contract award, and during contract performance. Any failure to meet these requirements must be communicated to the Contracting Officer immediately. The form also emphasizes that false information will lead to legal penalties. Additionally, successful Offerors must be registered with the System of Award Management (SAM), and their eligibility may be verified by the Contracting Officers before contract award. This document is significant in that it adheres to the principles of economic empowerment for Indian enterprises while ensuring compliance with federal standards.
    The document outlines a request for proposals (RFP) for the Crownpoint Healthcare Facility's Outpatient Department, specifically seeking the Welch Allyn Connex Integrated Wall System. This system must include several components such as a Nellcor SpO2 monitor, SureTemp Plus Thermometry, a BP cuff with a management system, and integrated otoscopes. Detailed specifications include model number 84NTVX2-US and features like non-invasive blood pressure monitoring and multiple USB and Ethernet ports. Key deliverables require the contractor to provide equipment details, including make, model, serial numbers, and shipment tracking information. All equipment is to be shipped to the Crownpoint Healthcare Facility located in New Mexico. The document reflects a structured approach typical of government RFPs, highlighting the equipment's technical needs and the importance of accountability in shipping and deliverables. This emphasizes the healthcare facility's commitment to improving patient care through upgraded medical equipment.
    The document outlines a Request for Proposal (RFP) issued by the Crownpoint Health Care Facility under the Indian Health Service (IHS). It specifies the procurement of medical equipment, specifically the Welch Allyn Connex Wall System for blood pressure and SpO2 monitoring, with a delivery expected by May 15, 2025. The solicitation emphasizes that it is exclusively set aside for Indian Economic Enterprises and small businesses, reaffirming the government's commitment to support Native-owned businesses. Key procurement details include the requirement for electronic payment submissions, adherence to specific federal acquisition regulations, and stipulations surrounding subcontracting. The document also details provisions for evaluating offers based on technical capability, lead time, and price, along with mandatory representations and certifications that must be completed by the bidders. Overall, the RFP reflects formal government processes for acquiring medical supplies, fostering economic opportunities for small indigenous businesses while ensuring compliance with federal regulations.
    Lifecycle
    Title
    Type
    Connex Wall System
    Currently viewing
    Solicitation
    Similar Opportunities
    Firm-Fixed-Price Hillrom Centrella Beds for CRHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm-fixed-price contract to purchase two Centrella Hillrom beds for the Cheyenne River Health Center located in Eagle Butte, South Dakota. This procurement is a 100% Small Business Set-Aside under NAICS Code 339112, focusing on the acquisition of new medical equipment to enhance patient care and operational efficiency at the health center. Proposals must be submitted by January 14, 2025, at 2:00 PM CT, and should include comprehensive details such as technical descriptions, pricing, and past performance information. Interested vendors should direct inquiries to Mona Weinman at mona.weinman@ihs.gov, and ensure compliance with registration requirements at SAM.gov and the use of the Invoice Processing Platform for invoicing.
    TMDE Physiological Monitor Test Equipment for the Great Plains Area Indian Health Service (GPAIHS), Biomedical Department, Aberdeen, South Dakota
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking qualified vendors to provide TMDE Physiological Monitor Test Equipment for the Great Plains Area Indian Health Service (GPAIHS) Biomedical Department located in Aberdeen, South Dakota. The procurement aims to acquire essential equipment, including the SimCube SC-5kit, Pronk Inflator Pressure Calibrator, SimSlim SL-8, and OxSim Flex w/ Mobilize, which are critical for the testing, verification, and calibration of medical devices to ensure patient safety and regulatory compliance within IHS healthcare facilities. Interested parties must be authorized distributors or original equipment manufacturers (OEMs) and are required to submit a capability statement detailing their experience and capacity by December 26, 2025, at 12:00 p.m. Central Standard Time (CST). For further inquiries, contact Wenda Wright at wenda.wright@ihs.gov or by phone at 605-226-7724.
    All in one visual acuity system
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified vendors to provide a Smart System Standard all-in-one visual acuity system for the Crownpoint Healthcare Facility in Crownpoint, New Mexico. This procurement falls under the NAICS code 339115 for Ophthalmic Goods Manufacturing and is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian-owned businesses. The Request for Quotations (RFQ) is expected to be issued by April 21, 2025, with quotes due by April 28, 2025. Interested parties must maintain an active profile in the System for Award Management (SAM) and can contact Arlynda Largo at Arlynda.largo@ihs.gov or 505-786-2530 for further information.
    Ultrasound system
    Health And Human Services, Department Of
    The Indian Health Service (IHS), specifically the Phoenix Area Indian Health Service, is seeking quotations for the procurement of a Sonosite ST Ultrasound System, along with a small basket and an L19-5 transducer. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 339112 and PSC code 6515, emphasizing the importance of supporting Native American small businesses in the healthcare sector. The successful vendor must be an authorized OEM dealer, and all items must be new, with shipping costs included to the Supai Clinic in Parker, Arizona. Quotes are due by December 22, 2025, at 5:00 PM Eastern, and interested parties should contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or by phone at 602-364-5012 for further details.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Health And Human Services, Department Of
    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.
    3Shape Dental System Software for White Earth Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the acquisition of 3Shape Dental System Software for the White Earth Health Center Dental Laboratory. The procurement aims to enhance the laboratory's capabilities in fabricating restorative, implant, and removable prosthetics, requiring the contractor to deliver the software license, activation dongle, and provide online training and renewal services. This opportunity is set aside for Indian Economic Enterprises (IEE) under the Buy Indian Act, with proposals due by December 29, 2025, at 2:00 PM CST. Interested parties should contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at Jennifer.Richardson@ihs.gov for further information.
    Rental and Support for Pharmacy Will Call Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to lease, install, and support a Pharmacy Will Call Management System for the Lawton Indian Hospital and Anadarko Indian Clinic in Oklahoma. The system must utilize RFID and barcode technology to enhance medication dispensing accuracy, facilitate audits, ensure secure storage of controlled substances, and integrate with existing electronic health record systems, while also complying with HIPAA regulations. This procurement is crucial for improving pharmacy operations and ensuring the safety and efficiency of medication management within federal IHS sites. Interested parties can contact Audrey Yackeyonny at audrey.yackeyonny@ihs.gov or by phone at 580-354-5381 for further details regarding the solicitation.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    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.
    Pharmaceutical Dispensing Machine Implementation to Interface with ScriptPro
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking written quotes for the implementation of pharmaceutical dispensing machines to interface with ScriptPro systems across three locations: Clinton, El Reno, and Watonga, Oklahoma. The procurement includes six line items, encompassing both the implementation of the systems and 12 months of monthly service fees, with a performance period of 12 months from the date of award. This initiative aims to enhance the efficiency of pharmacy operations by automating package tracking and reducing errors, thereby improving service delivery to the Indian Health Centers. Interested vendors must submit their quotes by December 22, 2025, at 10:00 AM CDT to Misti Bussell via email at misti.bussell@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Notice of Intent to Award / Sole Source - Pyxis Automated Dispensing Systems for controlled drugs & medication services - Tsaile Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to award a sole source contract to CareFusion Solutions LLC for the provision of Pyxis Automated Dispensing Systems, which are critical for managing controlled drugs and medication services at the Tsaile Health Center in Arizona. This procurement is essential to ensure uninterrupted patient care, as the existing systems are already installed and operational, and CareFusion holds proprietary rights to the necessary technology. The anticipated period of performance for this contract is from January 1, 2026, to December 11, 2026, with four additional one-year option periods. 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.