Buy-Indian Sources Sought: CPPR Urinalysis Equipment & Service Agreement
ID: IHS1507675-BIAType: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for a Sources Sought notice regarding the procurement of CPPR Urinalysis Equipment and Service Agreement for the Phoenix Indian Medical Center. The contract aims to secure two fully automated urinalysis analyzers capable of performing urine chemistry, microscopy, and body fluid analysis, along with necessary services such as reagent supply, technical support, and staff training. This acquisition, valued at approximately $40 million, is crucial for enhancing laboratory capabilities and ensuring compliance with the Buy Indian Act, which prioritizes contracts with Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs). Interested vendors must submit their qualifications and eligibility forms to Kenneth Nicholson at kenneth.nicholson@ihs.gov as part of the market research process.

    Point(s) of Contact
    Kenneth Nicholson
    kenneth.nicholson@ihs.gov
    Files
    Title
    Posted
    The purpose of this contract is to provide the Phoenix Indian Medical Center (PIMC) with a Cost Per Reportable Result Agreement for two fully automated urinalysis analyzers—a primary and a backup—capable of urine chemistry, microscopy, and body fluid analysis. The contractor must ensure that the analyzers can perform comprehensive chemistry test panels, conduct microscopic examinations, and analyze body fluids with expedited processing times for STAT specimens. The contract requires Quality Control measures, software compliance with IT policies, and training for laboratory staff without additional costs. Additional responsibilities include maintaining a supply of reagents and consumables, ensuring timely delivery, providing technical support and emergency services, and managing invoicing and payment under specific guidelines. The contractor must comply with price and contract terms regarding software upgrades and must facilitate efficient interfacing with PIMC's existing systems. Key roles are defined for the Contracting Officer and the Contracting Officer’s Representative (COR) to manage the contract's technical and administrative aspects, ensuring compliance and accountability throughout its duration. This document is a standard Request for Proposal (RFP) structure reflecting the government’s requirements for essential laboratory equipment and services.
    The document is a Sources Sought Notice for a service agreement regarding CPPR Urinalysis Equipment aimed at securing urinalysis analyzers for the Phoenix Indian Medical Center. The acquisition falls under NAICS Code 532490 and has a budget of approximately $40 million. A critical aspect is the adherence to the Buy Indian Act, ensuring that purchases prioritize Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs). Interested vendors must respond with detailed company information, including qualifications and eligibility forms, as this is part of market research rather than a formal request for quotes. The core requirement is for two fully automated urinalysis analyzers capable of performing urine chemistry, microscopy, and body fluid analysis, along with the necessary services and supplies. The notice emphasizes the need for market research to support acquisitions from IEEs, highlighting compliance with federal regulations.
    The Indian Health Service's solicitation form under the Buy Indian Act aims to facilitate contracts with Indian Economic Enterprises (IEE). The form certifies that the Offeror qualifies as an IEE per HHSAR regulations, which is crucial during the submission, award, and performance phases of a contract. Offerors must notify the Contracting Officer immediately if they fail to meet the definition of an IEE at any point throughout the contract. Additionally, registration with the System of Award Management (SAM) is mandatory for successful Offerors. The document underscores that any misrepresentation can lead to legal ramifications under Title 18 and Title 31 of the U.S. Code. This representation form captures essential eligibility requirements and accountability measures aimed at ensuring compliance with the Buy Indian Act, promoting economic development for federally recognized tribes while safeguarding the integrity of the contracting process.
    Lifecycle
    Similar Opportunities
    Piccolo Chemistry Analyzer - Warm Springs Service Unit
    Buyer not available
    The Indian Health Service, part of the Department of Health and Human Services, is seeking proposals for the supply and delivery of two Piccolo Express analyzers for the Warm Springs Service Unit in Oregon. The procurement includes a firm fixed price purchase order that encompasses a five-year warranty and CLIA waived panels for various medical tests, including comprehensive metabolic and lipid panels. These analyzers are crucial for providing rapid and accurate point-of-care testing, enhancing the healthcare services at the Warm Springs Health and Wellness Center. Interested vendors must submit their quotations, including a catalog demonstrating compliance with specifications, to PORAOAcquisition@ihs.gov by the specified deadline, with a required delivery date of 60 days from the award.
    Sources Sought Notice, Medtronic Integrated Power Console (IPC) System, M5 Microdebrider Handpiece, Accessories, Configuration, Trade-In and Annual Services, IHS, Phoenix Indian Medical Center
    Buyer not available
    The Indian Health Service (IHS), part of the Department of Health and Human Services, is seeking potential suppliers for the Medtronic Integrated Power Console (IPC) System, M5 Microdebrider Handpiece, and associated services at the Phoenix Indian Medical Center in Arizona. This Sources Sought Notice aims to gather capability statements from interested parties, particularly focusing on Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs), in accordance with the Buy Indian Act. The procurement is critical for enhancing surgical and medical instrument capabilities within the IHS, ensuring quality healthcare delivery to Native American populations. Interested firms must submit their letters of interest, including relevant documentation and IEE status representation, by February 19, 2025. For further inquiries, contact Donovan Conley at Donovan.Conley@ihs.gov or 602-364-5174.
    CRSU Ortho Vision Swift Work Station Reagents and Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide reagents and supplies for the Ortho Vision Swift Work Station at the Crow Service Unit in Montana. This procurement is particularly aimed at Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE), emphasizing compliance with the Buy Indian Act, which requires that a majority of contract earnings benefit Indian entities. The selected vendors will play a crucial role in enhancing laboratory service delivery by supplying essential testing supplies, with submissions for capability statements due via email within seven days. Interested parties should contact Vincent Hansen at Vincent.Hansen@ihs.gov for further details and must ensure they meet the eligibility criteria outlined in the associated documentation.
    6630--RFQ for Urinalysis Test CPRR BPA - VISN 20
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for urinalysis testing services within the Veterans Integrated Service Network (VISN) 20. This procurement aims to establish a streamlined process for providing laboratory urinalysis services, including the supply of automated testing equipment, training for personnel, and ongoing maintenance, all in compliance with federal standards. The services are critical for enhancing healthcare delivery to veterans across multiple locations, with an estimated annual volume of tests ranging from 91,740 urine microscopies to 126,410 urine chemistries. Interested vendors must submit their quotations by March 5, 2025, at 3:00 PM Pacific Time, and can contact Contract Specialist Peter Park at Peter.Park2@va.gov for further information.
    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.
    6550--Urinalysis Analyzer Cost-Per-Reportable-Result (CPRR)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Urinalysis Analyzer under solicitation number 36C25725Q0273, which will operate on a Cost-Per-Reportable-Result (CPRR) basis for the El Paso Veterans Health Care System. The contract requires the provision of equipment, maintenance, software upgrades, and training to support an estimated annual requirement of 44,000 chemistry and microscopic urine tests, ensuring compliance with stringent performance standards and regulations. This procurement is vital for enhancing laboratory services and providing reliable healthcare testing capabilities for veterans. Interested vendors must submit their proposals by March 6, 2025, and direct any technical inquiries to Contract Specialist Kathryn Prose at kathryn.prose@va.gov or (254) 217-2835 before February 18, 2025.
    Sources Sought-Annual Support Calibration Services for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for Annual Support Calibration Services for the Zuni Comprehensive Community Health Center. This procurement aims to ensure the maintenance and repair of medical, dental, and veterinary equipment, which is crucial for the effective delivery of healthcare services to the community. Interested vendors must qualify as Indian Economic Enterprises under the Buy Indian Act, ensuring that contracts are awarded to eligible Indian-owned businesses, thereby promoting economic opportunities for indigenous communities. For further inquiries, interested parties can contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.
    BreathID Smart & IDKit Hp Two - Albuquerque Indian Health Center (AIHC)
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotations for the procurement of one BreathID Smart device and 50 IDKit Hp Two test kits for the Albuquerque Indian Health Center. This procurement aims to enhance diagnostic capabilities, providing high sensitivity and specificity for both adult and pediatric populations, thereby improving healthcare services for the local community. The contract will span one base year with four option years, adhering to Federal Acquisition Regulation guidelines and encouraging small business participation. Interested contractors must submit their quotations by February 21, 2025, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or by phone at 505-256-6755.
    PM Service Agreement - Siemens Acuson NX3 Elite - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide a Preventive Maintenance Service Agreement for the Siemens Acuson NX3 Elite ultrasound machine at the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The procurement involves a firm-fixed price contract with a base year and four optional years, specifically targeting Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of competitive pricing and technical capabilities. This service is crucial for maintaining the operational efficiency of medical equipment that supports health services for Indigenous populations. Interested vendors must submit their quotes, including a comprehensive pricing breakdown, by contacting Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or by phone at 505-256-6755, ensuring compliance with federal regulations and procurement guidelines.
    Intent to Sole Source: Roche Chemistry Reagents and Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for the provision of Roche chemistry reagents and maintenance support for the Roche COBAS 6000 analyzer at the Acoma Indian Health Center in New Mexico. This contract, which has an initial term of six months with a potential six-month extension, aims to ensure the timely delivery of essential laboratory supplies and maintenance services critical for effective healthcare delivery in Native American communities. The contractor will be responsible for monthly and on-demand supply deliveries, equipment maintenance, and technical support to minimize downtime, reflecting the federal commitment to uphold high laboratory standards in health services. Interested parties may contact Stephanie Begay at stephanie.begay3@ihs.gov or 505-256-6750 for further inquiries, noting that the estimated total value of this requirement is below the simplified acquisition threshold.