PowerScribe One Software Upgrade Services
ID: SS-CPSU-25-1511806Type: Sources Sought
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

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

    The Indian Health Service (IHS) is seeking qualified vendors to provide PowerScribe One Software Upgrade Services for the Northern Navajo Medical Center in Shiprock, New Mexico. This sources-sought notice aims to conduct market research to identify potential sources capable of fulfilling this requirement, which falls under the NAICS code 541512 for Computer Systems Design Services. The selected vendor will play a crucial role in enhancing the software capabilities essential for medical documentation and reporting within the IHS framework. Interested parties must submit their qualifications and relevant company information to Brenda Joe at brenda.joe@ihs.gov by August 7, 2025, at 10:00 AM Mountain Daylight Saving Time, ensuring compliance with the Indian Small Business Economic Enterprise (ISBEE) set-aside requirements and registration in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements under the Buy Indian Act as managed by the Indian Health Service (IHS). It serves as a self-certification form for Offerors to demonstrate that they qualify as an “Indian Economic Enterprise” in the context of responding to solicitations or Requests for Information (RFIs). Offerors must certify their eligibility both at the time of submitting an offer and throughout the contract period, with a requirement for immediate notification if they fail to meet these standards thereafter. Documentation may be requested by Contracting Officers, and any misleading information could lead to legal penalties under U.S. law. Furthermore, successful Offerors must also be registered in the System of Award Management (SAM). The document captures essential details such as the necessity for proper representation, the importance of truthfulness in submissions, and compliance with federal regulations, emphasizing the IHS's commitment to supporting Indian Economic Enterprises through these guidelines.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Data Ray D3 to D4 Software Upgrade With RPMS Compatibility for Quentin N Burdick Memorial Health Care Facility (QNBMHCF)
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking sources for a Data Ray D3 to D4 software upgrade with RPMS compatibility for the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota. The objective is to identify potential vendors capable of providing this upgrade, which is anticipated to be a brand-name requirement due to compatibility with existing government-owned hardware. This upgrade is crucial for maintaining the functionality of health services provided to approximately 14,550 tribal members on the Turtle Mountain Indian Reservation. Interested parties must submit their capability statements to Farrah Azure at Farrah.Azure@ihs.gov by December 17, 2025, at 12:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-26-1518980.
    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.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Buyer not available
    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.
    Sources Sought: UFMS and HYPERION Operations and Maintenance (O&M) Support
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking information from qualified entities for a Sources Sought Notice regarding Operations and Maintenance (O&M) support for UFMS and HYPERION systems. The procurement aims to gather capabilities for providing technical, functional, and business operations support for the IHS Office of Finance and Accounting and its Area Offices, focusing on systems such as Oracle Federal Financials and Oracle Hyperion. This initiative is crucial for ensuring effective financial management and reporting within the IHS, and responses are particularly encouraged from Indian Small Business Economic Enterprises (ISBEE) and other small business concerns under NAICS code 541511. Interested parties should submit their capabilities, including a cover page, executive summary, technical capabilities, and past performance, not exceeding 10 pages, to the primary contact, Hillary Marshall, at Hillary.Marshall@ihs.gov, or the secondary contact, Natasha Bitsoi, at Natasha.Bitsoi@ihs.gov.
    Two (2) Prescription & Document Scanners for Quentin N Burdick Memorial Health Care Facility in Belcourt, ND
    Buyer not available
    The Indian Health Service, part of the Department of Health and Human Services, is seeking qualified vendors to provide two prescription and document scanners for the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota. The procurement aims to acquire clinical capture devices that meet specific technical specifications, including a minimum resolution of 300 DPI and a performance rate of 25 pages per minute for black-and-white documents, to enhance the facility's health service delivery to approximately 14,550 tribal members. Interested parties are encouraged to submit their capability statements by December 12, 2025, to Farrah Azure at Farrah.Azure@ihs.gov, with the subject line including the Sources Sought Number IHS-SS-26-1518989. This opportunity is part of a market research effort and does not constitute a solicitation or obligation on the part of the Indian Health Service.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for Remote Coding Services for the Albuquerque Indian Dental Clinic. The procurement aims to secure non-personal healthcare services that include professional billing and coding, with a focus on maintaining a 95% accuracy rate and ensuring timely turnaround for coding tasks. These services are critical for the efficient management of clinical visits, accurate diagnostic coding, and compliance with data privacy regulations such as HIPAA. Proposals are due by December 19, 2025, at 12 PM MT, and interested offerors must contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further inquiries. The contract will be awarded as a firm-fixed-price purchase order for one base year with four optional renewal periods, and eligibility requires registration in the System for Award Management (SAM).
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Buyer not available
    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.
    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.
    All in one visual acuity system
    Buyer not available
    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.