Cepheid Test Kits - Ute Mountain Ute Health Center - Towaoc, CO
ID: 75H70725Q00045Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEALBUQUERQUE AREA INDIAN HEALTH SVCALBUQUERQUE, NM, 87110, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)

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 seeking qualified vendors to provide Cepheid Test Kits for the Ute Mountain Ute Health Center located in Towaoc, Colorado. The procurement involves an annual requirement for 200 units of the XP3COV2/FLU/RSV-10 test kits, with a focus on engaging Indian Small Business Economic Enterprises (ISBEEs) to fulfill this need. These test kits are crucial for ensuring that health facilities have the necessary supplies for effective patient testing, reflecting ongoing federal investments in health resources. Interested parties must submit their offers via email to Shandiin DeWolfe by 5:30 PM MDT on April 30, 2025, and are encouraged to direct any inquiries regarding the solicitation to the same contact by April 24, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Ute Mountain Ute Health Center has issued a Request for Quotation (RFQ No. 75H70725Q00045) for the procurement of XP3COV2/FLU/RSV-10 test kits. The RFQ outlines pricing and delivery expectations over several years, with the base year and multiple optional years, from 2025 to 2030. Each year anticipates the procurement of 200 kits, and bidders must specify kit prices, shipping costs (if separate), and total pricing, which must be tax-exempt, with an option for a Non-Taxable Transaction Certificate available post-award. The structure organizes the request into five lines for various years and includes guidance for bidders on quoting format. This procurement is part of efforts to ensure health facilities have necessary testing supplies and is indicative of ongoing federal investments in health resources. The document seeks competitive bids to meet the health center's requirements efficiently and cost-effectively.
    The document outlines the requirements for self-certifying as an "Indian Economic Enterprise" under the Buy Indian Act for federal contracting opportunities, specifically from the Indian Health Service. It mandates that offerors must meet this designation at the time of their proposal, contract award, and throughout the performance of the contract. Offerors must notify the Contracting Officer immediately if they no longer meet eligibility criteria. Additionally, they must be registered with the System of Award Management (SAM). The form requires the 51% owner's name, a signature, and other relevant business details. It stresses the consequences of providing false information, which can lead to severe penalties under federal law. This document serves as a vital component of federal Requests for Proposals (RFPs), aiming to promote economic enterprise among Indian-owned businesses while ensuring compliance and accountability in the contracting process.
    The document outlines a Request for Quotation (RFQ) from the Department of Health and Human Services (DHHS), specifically for the purchase of Cepheid Test Kits to support the Ute Mountain Ute Health Center in Towaoc, Colorado. The solicitation aims to procure 200 units of the XP3COV2/FLU/RSV-10 testing kits annually, with the process reserved for Indian Small Business Economic Enterprises (ISBEEs). The request emphasizes compliance with various federal regulations and outlines specific delivery requirements and invoicing procedures. The Contracting Officer, Shandiin DeWolfe, oversees the procurement process, assisted by the designated Contracting Officer Representatives (CORs) responsible for the technical oversight of the contracted services. Vendors must adhere to electronic invoicing guidelines and include comprehensive supporting documents with their submissions. The document further establishes clauses of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation (HHSAR), governing the procurement process, including payment procedures, contractor responsibilities, and compliance measures to safeguard against potential fraudulent activities. This RFQ exemplifies the government’s commitment to engaging small businesses while maintaining strict regulatory compliance in federal procurement practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Reagents, Stains, and other Laboratory Supplies
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting market research to identify potential sources for the procurement of reagents, stains, and other laboratory supplies for the Inscription House Health Center located in Shonto, Arizona. This sources sought notice aims to gather information from interested parties to inform the contracting office's acquisition strategy, including considerations for competition and set-asides, particularly for Indian-owned economic enterprises. The selected suppliers will play a crucial role in supporting healthcare services within the community by providing essential laboratory supplies. Interested vendors are invited to submit their qualifications and capabilities by December 15, 2025, at 1:00 pm EDT to Charity Yellowhair-Gilbert at charity.yellowhair-gilbert@ihs.gov, ensuring they are registered in the System for Award Management (SAM) and include necessary documentation, including the IHS IEE Representation Form if applicable.
    Sources Sought: Storeroom Supplies for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking responses from qualified Indian Small Businesses Economic Enterprises (ISBEE) for the procurement of storeroom supplies for the Woodrow Wilson Keeble Memorial Health Care Center located in Sisseton, South Dakota. The primary objective is to secure essential supplies for direct patient care, including a variety of office and maintenance items such as facial tissues, paper towels, hand sanitizer, and cleaning supplies, as detailed in the attached specification list. This procurement is crucial for maintaining the operational efficiency of the health care center, which serves approximately 7,000 tribal members and provides a range of medical services. Interested parties must submit their capability statements via email to Jeremiah Tsoodle by December 24, 2025, at 1:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-26-1521179 in the subject line.
    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.
    PIMC - Lease of Clinical Chemistry/Immuno-Chemistry Equipment, Service Agreement, & Supplies
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for the lease of Clinical Chemistry/Immuno-Chemistry equipment, along with a service agreement and supplies for the Phoenix Area Indian Health Service. The procurement aims to implement an automated clinical diagnostic platform capable of performing a wide range of patient tests, including general and special chemistry, immunology, and toxicology, thereby enhancing patient care while reducing reliance on external laboratories. This initiative is crucial for maintaining accreditation and improving cost efficiency in laboratory services. Interested parties must note that this is a sources sought notice and should not submit pricing information; inquiries can be directed to Kerri Gilmore at Kerri.Gilmore@ihs.gov.
    COVID 19 Tests
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response, is seeking procurement for COVID-19 tests. The opportunity involves the acquisition of in vitro diagnostic substances, reagents, test kits, and sets, with a focus on ensuring compliance with the Trade Agreements Act (TAA). This procurement is critical for enhancing the nation's testing capabilities in response to the ongoing pandemic. Interested vendors can reach out to Junli Collins at junli.collins@hhs.gov or Judy Williams at judy.williams2@hhs.gov for further details, as outlined in the attached justification document.
    66--TEST KIT, HP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of three units of a Test Kit HP, identified by NSN 7H-6685-017081470-X5. The procurement requires delivery of these kits to designated distribution centers in Pennsylvania and California within 140 days after contract award, emphasizing the importance of timely fulfillment for operational readiness. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties must contact Michael B. Duffy at 564-230-2254 or via email at MICHAEL.B.DUFFY2@NAVY.MIL to obtain the solicitation number N00104-26-Q-BE38 and further details. Proposals must adhere to the requirements outlined in the solicitation, and government source inspection will be required.
    Diagnostic Reference Laboratory Testing Services
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Phoenix Area Office, is seeking qualified firms to provide diagnostic reference laboratory testing services, focusing on non-emergent cancer and infectious disease testing. The contractor will be responsible for off-site testing, including cellular and molecular analysis, with a requirement for a comprehensive test catalog, quick turnaround times, and secure result disclosure. This opportunity is crucial for ensuring timely and accurate diagnostic services for the Phoenix Indian Medical Center, with the contract expected to span a base year and four one-year options. Interested firms must submit a capability statement to Dale C Clark at dale.clark@ihs.gov, as this is a sources sought notice and not a solicitation for quotes or pricing.
    Large Capacity Autoclaves for KHC Dental Department
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking qualified vendors to provide large capacity dental autoclaves for the Kayenta Service Unit located in Kayenta, Arizona. This procurement aims to fulfill the dental equipment needs of the department, which is crucial for maintaining hygiene and safety standards in dental practices. The Request for Quotations (RFQ) No. 75H71026Q00029 is anticipated to be issued by December 18, 2025, with quotes due by January 5, 2026. This opportunity is set aside for Indian-owned Small Business Economic Enterprises (ISBEE), and interested parties must ensure they have an active registration in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact Charity Yellowhair-Gilbert at charity.yellowhair-gilbert@ihs.gov or call 928-697-5070.
    Notice of Intent to Award - STAT and non-STAT Laboratory Testing Services
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with San Juan Regional Medical Center for STAT and non-STAT laboratory testing services in Shiprock, New Mexico. This procurement aims to ensure reliable laboratory testing capabilities, particularly in the event of a catastrophic incident that could disrupt services at the Northern Navajo Medical Center. The contract is anticipated to span a base period of one year, with four additional 12-month options, totaling up to five years of service. Interested vendors may submit capability statements by 10:00 AM (MST) on December 19, 2025, via email to Dallas Begay at dallas.begay@ihs.gov, as this notice does not constitute a request for quotations and competition is restricted to the selected provider.
    AEDs for KHC General Services Department
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking suppliers for Automated External Defibrillators (AEDs) for the Navajo Area Indian Health Service located in Kayenta, Arizona. This procurement is part of a requirement to enhance medical emergency response capabilities within the service unit, emphasizing the critical role of AEDs in saving lives during cardiac emergencies. The Request for Quotations No. 75H71026Q00023 is anticipated to be issued by December 18, 2025, with quotes due by January 5, 2026, at 10:00 AM EDT. Interested vendors must have an active registration in the System for Award Management (SAM) and can direct inquiries to Charity Yellowhair-Gilbert at charity.yellowhair-gilbert@ihs.gov or by phone at 928-697-5070.