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
ID: 75H70626R00003Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, Amendment 0001 to Solicitation 75H70626R00003, outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Clinical Laboratory Chemistry and Immunochemistry Instrumentation for the Great Plains Area Indian Health Service (GPAIHS). The contract is a Firm-Fixed-Price, Non-personal service, Multiple Contractor IDIQ to provide Cost Per Reportable Result (CPRR) for automated chemistry and immunochemistry. The period of performance is a base year with four one-year options. Key changes include extending the bid due date to December 15, 2025, and the bid due time to 2:00 PM. The solicitation emphasizes an all-inclusive unit price for CPRR, covering equipment, reagents, maintenance, and training. It also details requirements for new equipment and parts, the use of the Invoice Processing Platform (IPP), and specific technical and operational features for the instrumentation, including footprint dimensions for various sites. Questions and answers from potential contractors address topics such as shared instances of RPMS and Data Innovations, pricing structure (by site with aggregate discounts), anticipated 20% annual volume growth, current instrumentation at each site, and quality control and middleware requirements. The document clarifies that GPAIHS is not seeking automation but requires bi-directional communication with Data Innovations middleware. It also specifies backup analyzer requirements and the need for 90-day reagent dating due to the remoteness of facilities.
    This government amendment, 75H70626R00003/0002, modifies a solicitation for a Firm-Fixed-Price, Non-personal service, Multiple Contractor, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The contract provides Cost Per Reportable Result (CPRR) for Automated Chemistry and Immunochemistry Instrumentation, with a base year and four one-year options from 2026 to 2030. Key changes include adding the Cheyenne River Service Unit, removing the backup requirement for Quant BHCG, and extending the proposal due date. The amendment outlines detailed requirements for instrumentation, including operational features, test menus (Attachments A and C), data management, hardware, and method validation. It mandates new equipment, specific barcode support, and FDA approval. The document also addresses invoicing via the Invoice Processing Platform (IPP), contractor support for training and maintenance, waste characterization, and adherence to privacy and security regulations like HIPAA and the Privacy Act.
    The Great Plains Area Indian Health Service (IHS) is issuing an Unrestricted Request for Proposal (RFP) 75H70626R00003 for a Firm-Fixed-Price, non-personal service, Area-wide IDIQ Contract for Laboratory Analyzers w/Cost Per Reportable Result. This RFP seeks proposals for providing analyzers and comprehensive maintenance services to IHS facilities in North and South Dakota. Proposals are due by December 2, 2025, at 12:00 pm CT, and will be evaluated on a Lowest Price Technically Acceptable basis. Contractors must provide new equipment, register with SAM.gov, and utilize the Invoice Processing Platform (IPP) for payments. All questions must be submitted in writing by November 14, 2025, at 12:00 pm CT. The period of performance includes a base year and four one-year option periods.
    This government Request for Proposal (RFP) outlines a Firm-Fixed-Price, Non-personal service, Multiple Contractor, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Automated Chemistry and Immunochemistry Instrumentation services. The contract includes a base year (January 1 to December 31, 2026) and four one-year options, extending through December 31, 2030. Services will be delivered to various Indian Health Service (IHS) locations across South Dakota and North Dakota, including Pine Ridge, Rosebud, Standing Rock, Turtle Mountain, Fort Thompson, Kyle, McLaughlin, Wanblee, Wagner, and Sisseton. All equipment and parts provided must be new, and contractors are prohibited from using gray market or counterfeit goods. Invoices must be submitted electronically via the Invoice Processing Platform (IPP) as per OMB M-15-19 memorandum and HHSAR 352.232-71. The document also incorporates several FAR and HHSAR clauses covering areas such as System for Award Management (SAM) registration, unique entity identifiers, CAGE codes, and prohibitions on certain telecommunications and video surveillance equipment and services, ensuring compliance and transparency in federal contracting.
    Similar Opportunities
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide Licensing, Maintenance, and Support for IHS Great Plains Areawide Laboratory Information Systems. Period of Performance: 01/01/2025 - 12/31/2025.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to provide licensing, maintenance, and support for the Great Plains Areawide Laboratory Information Systems, with a contract period from January 1, 2025, to December 31, 2025. The procurement aims to establish a comprehensive solution that includes middleware support, compatibility with existing HL7 interfaces, and ongoing training and maintenance services to enhance clinical operations across IHS service units. This initiative is crucial for ensuring effective data exchange and standardization in healthcare technology within the Great Plains Area. Interested parties should respond to the Sources Sought notice by submitting their company information to David Jones at david.jones@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    KHC BIOMERIEUX SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to negotiate a non-competitive firm-fixed-price contract for supplies from Biomerieux, Inc. This procurement involves the BioFire RP2.1 Panel and Filmarray GI Panel, which are essential for the Laboratory Department at the Kayenta Health Center in Kayenta, Arizona. These diagnostic supplies play a crucial role in supporting healthcare services within the Navajo Area Indian Health Service. Interested parties other than Biomerieux, Inc. may submit a capability statement to Daisha Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 17, 2025, although the government is not obligated to respond to submissions. The contract will span a base year plus four option years, and eligibility requirements include compliance with the Indian Economic Enterprise definition as outlined in the IHS guidelines.
    Reagents, Stains, and other Laboratory Supplies
    Buyer not available
    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.
    Intent to Sole Source to Ortho Clinical Diagnostics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Ortho Clinical Diagnostics for the renewal of a cost-per-test/lease agreement for two Vitros XT 7600 Integrated Chemistry systems at the Chinle Comprehensive Health Care Facility Laboratory Department in Arizona. This procurement is critical to ensure uninterrupted laboratory services that directly impact patient care, as the facility is already equipped with the analyzers and staff trained on their operation. The contract period is set from January 1, 2026, to December 31, 2026, with two optional one-year extensions, and interested parties may contact Nora Nutlouis at nora.nutlouis@ihs.gov or 928-725-9806 for further information. Responses to this notice must be submitted by the specified deadline to be considered for any future competitive procurement decisions.
    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.
    Notice of Intent - KHC - various supplies for Ortho Vision Swift Analyzer
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to negotiate a non-competitive firm-fixed-price contract with Ortho-Clinical Diagnostics, Inc. for various supplies related to the Ortho Vision Swift Blood banking analyzers at the Kayenta Health Center in Arizona. The procurement aims to secure essential supplies for performing blood typing, antibody screens, and crossmatches on patient samples and blood units, ensuring direct patient safety and care. This contract is crucial for maintaining the operational efficiency of the health center's blood banking services over a one-year period, from January 1, 2025, to December 31, 2025. Interested parties other than Ortho-Clinical Diagnostics, Inc. may submit capability statements to Jerlyn Begay at jerlyn.begay@ihs.gov by 1:00 PM EST on December 24, 2024, although the government is not obligated to respond to submissions.
    Notice of Intent - Xpert Xpress CoV-2/Flu/RSV plus
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a sole-source contract with Cepheid Inc. for the procurement of Xpert Xpress CoV-2/Flu/RSV Plus test kits. This procurement is aimed at ensuring the availability of diagnostic tests that are compatible with the GeneXpert instrument, which is critical for effective health management in the region. The contract will cover a base period from January 1, 2026, to December 31, 2026, with four additional option periods extending through December 31, 2030. Interested vendors who believe they can meet the requirements are invited to submit a capability statement by 10:00 AM (MST) on December 11, 2025, to Dallas Begay at dallas.begay@ihs.gov.
    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 - STAT and non-STAT Laboratory Testing Services
    Buyer not available
    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.
    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.