Sources Sought: IEE Trimble Certified Services for VRS Subscriptions at sites in the Great Plains Area (ND, SD, IA, NE)
ID: IHS-SS-26-1519932Type: Sources Sought
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)

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 provide extended warranty coverage and service support for Trimble-brand survey equipment utilized in the Great Plains Area, which includes North Dakota, South Dakota, Iowa, and Nebraska. The primary objective is to ensure reliable operation of the equipment through warranty coverage for manufacturer defects, as well as software and firmware upgrades, with services to be provided at locations in Minot, North Dakota, and Sioux City, Iowa. This opportunity is part of the Indian Economic Enterprise (IEE) set-aside program, emphasizing the importance of supporting Indian-owned businesses. Interested parties must submit their capability statements by November 21, 2025, to Erin Doering at Erin.Doering@ihs.gov, including the Sources Sought Number IHS-SS-26-1519932 in the subject line.

    Point(s) of Contact
    Erin Doering
    (605) 226-7662
    (605) 226-7689
    Erin.Doering@ihs.gov
    Files
    Title
    Posted
    The Indian Health Service (IHS) requires Offerors to self-certify their status as an “Indian Firm” with “Indian Ownership” under the Buy Indian Act for solicitations and resultant contracts. This certification must be maintained throughout the offer, award, and contract performance periods. Failure to meet eligibility requires immediate written notification to the Contracting Officer. While individual Contracting Officers may request documentation, all successful Offerors must be registered with DUN and Bradstreet (D&B) and the System for Award Management (SAM). Providing false or misleading information is a violation of law, punishable under 18 U.S.C. 1001, and false claims during contract performance are subject to penalties under 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287. Offerors must indicate whether they meet the definition of an “Indian Firm” as part of their offer.
    Similar Opportunities
    M System
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Great Plains Area, is seeking a firm to provide inventory tracking services for the Property and Supply Department at the Quentin N Burdick Memorial Healthcare Facility in Belcourt, North Dakota. This procurement involves a Firm Fixed Price Purchase Order and is justified for other than full and open competition, indicating a sole source requirement for software services. The selected contractor will play a crucial role in enhancing inventory management, which is vital for the efficient operation of healthcare services in the region. Interested parties can contact Phyllis Gourneau at Phyllis.gourneau@ihs.gov or by phone at 701-477-8434 for further details regarding this opportunity.
    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.
    Toner Cartridges
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide various toner cartridges for the Rosebud IHS Hospital located in Rosebud, South Dakota. This procurement is part of a Sources Sought Notice (IHS-SS-26-1521396) aimed at gathering information to identify Indian Small Businesses Economic Enterprises (ISBEE), Indian Economic Enterprises (IEE), or other small businesses that can fulfill this requirement, with the potential for a set-aside acquisition. The anticipated NAICS code for this procurement is 325992, and the contract will be a firm fixed-price purchase order, requiring delivery within 60 days from the award date. Interested parties must submit their capability statements via email to Jarrod Cole at jarrod.cole@ihs.gov by December 09, 2025, at 11:00 a.m. Central Time, ensuring the Sources Sought Number is included in the subject line.
    75H70626Q00009-Total Small Business Set-Aside, Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) Services for the Quentin N. Burdick Memorial HealthCare Facility in Belcourt North Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm-Fixed Price contract for Non-Personal Temporary Diagnostic Radiologic Technologist (Ultrasound RDMS certified) services at the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. The procurement is a Total Small Business Set-Aside under NAICS Code 561320, requiring all-inclusive pricing that covers travel, lodging, per diem, and taxes, with a contract term consisting of a Base Period and four Option Years. This service is critical for providing essential diagnostic imaging support to the healthcare facility, ensuring compliance with security clearances, including FBI background checks and screenings against the OIG Exclusion List. Interested vendors must submit their quotes by December 16, 2025, at 12:00 pm CST, with quotes remaining valid until March 31, 2026. For further inquiries, contact Jody Keplin at jody.keplin@ihs.gov or by phone at 701-477-8416.
    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.
    Urgent IT Maintenance, CRHC, Eagle Butte, SD
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to extend an existing contract for urgent IT maintenance and repair services at the Cheyenne River Health Service in Eagle Butte, South Dakota. This procurement aims to address an immediate need for continued IT support to ensure the functionality of office machines and processing systems critical to health services operations. The urgency of this requirement underscores the importance of reliable IT infrastructure in delivering healthcare services effectively. Interested vendors can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or call 605-964-0605 for further details regarding this opportunity.
    Great Plains Area Wide - Optical Fabrication Services - Indian Health Service
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors to provide optical fabrication services, including prescription eyeglasses, frames, and lenses, for American Indian and Alaska Native patients across its federal service units in the Great Plains Area. The procurement aims to establish a Blanket Purchase Agreement (BPA) on a firm fixed unit price basis, with the contractor responsible for delivering high-quality optical products and services within a specified timeframe of 7-10 working days. This initiative is crucial for enhancing healthcare access and quality for the communities served, ensuring compliance with federal regulations and standards. Interested parties must submit their capability statements by December 19, 2025, to Ashleigh Yazzie at ashleigh.yazzie@ihs.gov, referencing Sources Sought Number IHS1520824.
    Great Plains Area Multiple Vendor Cost Per Reportable Result (CPRR) IDIQ contract for Automated Chemistry and Immunochemistry Instrumentation at five (5) IHS Hospitals and seven (7) IHS clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Automated Chemistry and Immunochemistry Instrumentation at various IHS facilities in North and South Dakota. This procurement aims to provide laboratory analyzers and comprehensive maintenance services, with a focus on Cost Per Reportable Result (CPRR) for automated chemistry and immunochemistry, ensuring that all equipment and parts supplied are new and compliant with federal regulations. Proposals are due by December 2, 2025, at 12:00 pm CT, and will be evaluated based on the Lowest Price Technically Acceptable criteria. Interested contractors should direct inquiries to Mona Weinman at mone.weinman@ihs.gov and ensure they are registered with SAM.gov and familiar with the Invoice Processing Platform (IPP) for payment processing.
    BPA for Stainless Steel Surgical Equipment Repairs
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide stainless steel surgical equipment repair services through a Blanket Purchase Agreement (BPA) for the Oklahoma City Area Indian Health Service. The procurement aims to ensure the timely repair and maintenance of surgical instruments used at the Pawnee, Lawton, and Clinton Indian Health Centers, with services including sharpening, refurbishing, and onsite repairs. This opportunity is particularly significant as it supports the healthcare needs of Native American communities, emphasizing compliance with the Buy Indian Act. Interested vendors must submit their quotes by December 18, 2025, at 10:00 AM CST, to Misti Bussell via email at misti.bussell@ihs.gov, with the contract period running from March 1, 2026, to February 28, 2031, and a maximum funding limit of $1,250,000.
    Belcourt RTU & Cabinet Replacement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project entails replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new Rooftop Unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a performance period of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, at 2:00 PM PST, and should direct any inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.