Notice of Intent to Single Source - Software Maintenance and Equipment Support for Voalte Nurse Call System
ID: IHS1502930Type: Special Notice
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Indian Health Service (IHS) is planning to negotiate a single-source contract with Hill-Rom, Inc. for software maintenance and equipment support for the Voalte Nurse Call System at the Northern Navajo Medical Center in Shiprock, New Mexico. This procurement is essential as Hill-Rom, Inc. is the Original Equipment Manufacturer and the only authorized vendor to provide these specific services, ensuring the operational integrity of the nurse call system. Interested parties are advised that this notice is not a request for competitive proposals; responses demonstrating the potential for competition must be submitted by 12:00 PM MDT on April 23, 2025, to be considered. For inquiries, contact Cornelius Tsipai at cornelius.tsipai@ihs.gov or (505) 368-6087.

    Point(s) of Contact
    Cornelius Tsipai
    cornelius.tsipai@ihs.gov
    Files
    Title
    Posted
    The document outlines the Indian Health Service's compliance requirements under the Buy Indian Act for businesses seeking contracts. It emphasizes that the Offeror must self-certify as an "Indian Economic Enterprise" at the bid submission, contract award, and throughout contract performance. Should the status of the enterprise change, immediate notification to the Contracting Officer is required. Additionally, Offerors must be registered with the System of Award Management (SAM), and false representations can lead to legal penalties under various statutes. The form includes sections for the Offeror to provide ownership details, certification, and relevant business identification. Overall, this document serves to ensure that contracts awarded under the Buy Indian Act legitimately support Indian-owned businesses and maintain regulatory integrity throughout the contracting process.
    The Indian Health Service (IHS) has issued a Sources Sought Notice concerning a requirement for Nurse Call System Services at the Northern Navajo Medical Center in Shiprock, NM. This notice is aimed at gathering information from potential Indian Economic Enterprises, so no quotations or proposals are currently being sought. The project entails providing and maintaining a nurse call system, including on-site repairs, preventive maintenance, and technical support over a 12-month period. The applicable NAICS code is 541511, with a small business size standard of $34 million. Interested firms need to confirm their eligibility under the Buy Indian Act and submit a capabilities package by November 26, 2024, detailing their experience and qualifications. The responses will inform the government's acquisition strategy, potentially leading to set-asides for Indian-owned businesses or other socio-economic statuses. The notice emphasizes the importance of Indian Economic Enterprise participation while outlining the submission requirements and contact details for further inquiries. Overall, this sourcing activity underscores the IHS's commitment to incorporating Indian enterprises in procurement processes.
    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.
    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.
    Firm-Fixed-Price Hillrom Centrella Beds for CRHC
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a firm-fixed-price contract to purchase two Centrella Hillrom beds for the Cheyenne River Health Center located in Eagle Butte, South Dakota. This procurement is a 100% Small Business Set-Aside under NAICS Code 339112, focusing on the acquisition of new medical equipment to enhance patient care and operational efficiency at the health center. Proposals must be submitted by January 14, 2025, at 2:00 PM CT, and should include comprehensive details such as technical descriptions, pricing, and past performance information. Interested vendors should direct inquiries to Mona Weinman at mona.weinman@ihs.gov, and ensure compliance with registration requirements at SAM.gov and the use of the Invoice Processing Platform for invoicing.
    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.
    KHC BIOMERIEUX SUPPLIES
    Health And Human Services, Department Of
    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.
    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.
    Rental and Support for Pharmacy Will Call Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to lease, install, and support a Pharmacy Will Call Management System for the Lawton Indian Hospital and Anadarko Indian Clinic in Oklahoma. The system must utilize RFID and barcode technology to enhance medication dispensing accuracy, facilitate audits, ensure secure storage of controlled substances, and integrate with existing electronic health record systems, while also complying with HIPAA regulations. This procurement is crucial for improving pharmacy operations and ensuring the safety and efficiency of medication management within federal IHS sites. Interested parties can contact Audrey Yackeyonny at audrey.yackeyonny@ihs.gov or by phone at 580-354-5381 for further details regarding the solicitation.
    Intent to Sole Source to Ortho Clinical Diagnostics
    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 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 in Arizona. This procurement aims to ensure uninterrupted laboratory services critical for direct patient care, as the facility is already equipped with the necessary systems and staff trained on their operation. The contract period is set from January 1, 2026, to December 31, 2026, with three 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 potential competitive procurement in the future.
    Non-Personal Healthcare Registered Nurse Services for the General Surgery Clinic at Gallup Indian Medical Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for non-personal healthcare Registered Nurse Services specifically for the General Surgery Clinic at the Gallup Indian Medical Center in Gallup, New Mexico. The contract requires the provision of two Registered Wound Ostomy Continence Nurses, with a performance period from January 1, 2026, to June 30, 2026, and potential extensions of up to three months for one to three years. This ISBEE set-aside acquisition emphasizes the importance of qualified personnel, adherence to medical liability insurance requirements, and compliance with various federal regulations. Interested parties must submit their quotes by December 26, 2025, and can reach out to primary contact Felecia Chavez at felecia.chavez@ihs.gov or 505-339-7810 for further information.
    Firm-Fixed-Price, Non-Personal Services – Two (2) Hospitalist/Nocturnist Services-Pine Ridge, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Businesses Economic Enterprises (ISBEE) to provide two Hospitalist/Nocturnist services at the Pine Ridge Comprehensive Health Care Facility in South Dakota. The objective is to secure non-personal services through a firm-fixed-price contract, which includes a three-month base period and nineteen additional three-month options, to enhance healthcare delivery for the Oglala Lakota Nation. This procurement is critical for addressing high patient demand and ensuring continuity of care in a facility that serves a significant population of American Indians and Alaska Natives. Interested parties must submit their capability statements by January 15, 2026, to Mona Weinman at mona.weinman@ihs.gov, including relevant company information and experience in similar services.