SOLE SOURCE - MCKESSON MEDICAL SURGICAL GOVERNMENT SOLUTIONS, LLC - ANALYZER, URINALYSIS 840 WORKCELL US VERSION
ID: KSUNOI2025-006Type: Special Notice
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

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

    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to McKesson Medical Surgical, LLC for the procurement of an Analyzer Urinalysis 840 Workcell US Version, along with necessary consumables and reagents for the Kayenta Health Center in Arizona. This procurement is essential for the Laboratory Department to ensure accurate and efficient urinalysis testing, which is critical for patient care and health monitoring within the community. The contract period will extend from the date of award until December 31, 2025, and interested parties other than McKesson may submit capability statements to Daisha Richards at Daisha.Richards@ihs.gov by April 17, 2025, at 12:00 PM EST. It is important to note that this opportunity is not a solicitation, and the Government retains discretion over whether to pursue competitive procurement based on the responses received.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service, under the Department of Health & Human Services, issued a representation form for the Buy Indian Act, aimed at Indian Economic Enterprises (IEEs). This form serves as self-certification by the Offeror confirming they meet the definition of an IEE in accordance with the Buy Indian Act. The requirements stipulate that the Offeror must qualify as an IEE at the time of the offer, contract award, and throughout the contract's performance. If eligibility changes, written notification to the Contracting Officer is mandatory. Additionally, successful Offerors must be registered with the System of Award Management (SAM). Submission of false information can lead to legal repercussions under multiple statutes. The representation section of the form allows the Offeror to declare whether they do or do not meet the IEE criteria, alongside necessary details regarding ownership and business information. This form is crucial for facilitating contracts specifically set aside for Indian-owned businesses, promoting economic opportunities within Indian communities.
    Similar Opportunities
    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.
    Sole Source - Urine Analyzers for NHCH
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking to procure automated urine laboratory analyzers and associated supplies for the United States Naval Health Clinic Hawaii (NHCH) and Branch Health Clinic Kaneohe Bay. This procurement includes reagents, quality control, maintenance, and consumables, specifically two automated urine analyzers, which are critical for enhancing diagnostic capabilities in military healthcare settings. The contract has been awarded as a firm-fixed-price, sole source to Beckman Coulter, Inc., following the Simplified Acquisition Procedures due to a lack of additional interest from other parties. For further inquiries, interested parties can contact Michelle Sanders at michelle.e.sanders6.civ@health.mil or by phone at 210-952-8481.
    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.
    Blanket Purchase Agreement (BPA) - Miscellaneous Triage D-dimer test kits
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting market research to identify potential sources for a Blanket Purchase Agreement (BPA) for miscellaneous Triage D-dimer test kits, specifically through its Navajo Area Indian Health Service office. This sources-sought notice aims to gather information on qualified vendors capable of fulfilling this requirement, which is critical for in-vitro diagnostic testing in healthcare settings. Interested parties must submit their qualifications, including company profiles and capability statements, by December 23, 2025, to William Lee at William.Lee@ihs.gov. It is important to note that this is not a solicitation, and all respondents must be registered in the System for Award Management (SAM) to comply with federal requirements.
    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
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Automated Chemistry and Immunochemistry Instrumentation services across multiple IHS facilities in North and South Dakota. The contract aims to deliver Cost Per Reportable Result (CPRR) for laboratory analyzers, including comprehensive maintenance and support, with a performance period starting from January 1, 2026, and extending through December 31, 2030, including four one-year options. This procurement is critical for enhancing laboratory capabilities and ensuring quality healthcare services for the communities served by IHS. Interested contractors must submit their proposals by December 2, 2025, at 12:00 pm CT, and direct any inquiries to Mona Weinman at mone.weinman@ihs.gov or by phone at 605-945-5427.
    Notice of Sole Source Award
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Phoenix Area Indian Health Service, is issuing a notice for a sole source award for a Point of Care Web-Based Software System. This procurement aims to provide a clinical decision support resource software system that assists clinicians in making informed point-of-care decisions to enhance patient care quality across various health clinics in the Phoenix area. The software, supplied by UptoDate Incorporated, is crucial for delivering high-quality, evidence-based medical care by offering timely access to peer-reviewed clinical information. Interested parties capable of providing similar services may submit a capability statement to Michele Lodge at Michele.Lodge@ihs.gov by 3 PM (EST) on January 2, 2026, referencing notice number PHX-SS-26-004. The period of performance for this contract is set from January 1, 2026, to June 30, 2026.
    Notice of Intent to award sole source - Compact Robotic Prescription Dispensing System - Tsaile Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to ScriptPro USA, Inc. for the provision of a Compact Robotic Prescription Dispensing System at the Tsaile Health Center in Arizona. This procurement is critical as the ScriptPro system is currently installed and operational, directly supporting patient care by managing the automated dispensing workflow in conjunction with the RPMS system. The anticipated period of performance for this contract is from January 1, 2026, to December 11, 2026, with three optional one-year extensions available. 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.
    Notice of Intent to Restrict Competition – NAIHS, Shiprock Service Unit, Four Corners Regional Health Center – Automated Dispensing Cabinet System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, intends to restrict competition for the procurement of automated dispensing cabinet systems and services for the Four Corners Regional Health Center (FCRHC) located in Teec Nos Pos, Arizona. The contract will be negotiated exclusively with Carefusion Solutions LLC, as they currently provide these systems, ensuring seamless integration with existing infrastructure and compliance with Joint Commission requirements. This procurement is critical for maintaining operational efficiency and meeting regulatory standards within the healthcare facility. Interested vendors may submit capability statements by 10:00 AM (MST) on December 23, 2025, to Misty Billy at Misty.Billy@ihs.gov, although a solicitation will not be issued, and the government retains discretion over the competition decision.
    Notice of Intent to Sole Source – Werfen USA, LLC
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a sole source contract to Werfen USA, LLC for the procurement of kits and reagents essential for patient care testing, specifically for use with the ACL TOP 350 and 750 analyzers. This procurement, valued at approximately $570,000 over a base year and two option years (January 1, 2026, to December 31, 2028), is critical as the reagents are uniquely validated for the existing instruments, ensuring continuity in patient care and research protocols. The acquisition will be conducted under the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for increased procedural flexibility and efficiency. Interested parties may submit comments regarding this notice to Ryssa Nix at ryssa.nix@nih.gov by the close date of December 23, 2025, at 12 PM EST.
    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.