Peri and Post Natal Mental Health Software Application
ID: 75H70526Q00004Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBEMIDJI SUB-AREA,BEMIDJI, MN, 56601, USA

NAICS

Offices of Mental Health Practitioners (except Physicians) (621330)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)

Set Aside

8(a) Sole Source (8AN)
Timeline
    Description

    The Department of Health and Human Services (HHS), through the Indian Health Service (IHS), is planning to award a sole source contract to Canopie, Inc. for the development of a Peri and Post Natal Mental Health Software Application for the Red Lake Service Unit in Minnesota. This software application aims to provide critical support to pregnant patients by addressing peri and postpartum mood disorders, particularly in underserved and rural populations, through scalable, evidence-based interventions. The contract, valued at $200,000, will cover a base period plus three option years, with the justification for sole sourcing based on market research indicating that Canopie is the only vendor capable of meeting the specific needs outlined by the agency. Interested parties may contact Contract Specialist Mary Simon at mary.simon2@ihs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Health and Human Services (HHS) has prepared a Justification and Approval (J&A) for Other Than Full and Open Competition for the Maternal Health Grant. The acquisition, valued at $200,000, is for a Peri and Post Natal Mental Health Software Application from Canopie. The Red Lake Service Unit (RLSU) has secured grant funding to provide additional support to pregnant patients, with the Canopie software application deemed beneficial for decreasing the risk of peri and postpartum mood disorders. This digital, evidence-based platform addresses critical disparities in mental health care for rural and underserved populations. The justification for this sole-source procurement is based on market research indicating no other viable vendor can provide all the required services, and it falls under FAR 6.302-1, citing only one responsible source capable of satisfying agency requirements. The J&A includes certifications from the Program Manager and Contracting Officer, confirming the accuracy of data and the fairness and reasonableness of the price.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sole Source-FujiFilm Medical Synapse Upgrade for Red Lake Hospital
    Buyer not available
    The Department of Health and Human Services (HHS), through the Indian Health Service (IHS), intends to award a sole source contract to FujiFilm Medical for an upgrade of the Synapse medical imaging system at the Red Lake Hospital in Minnesota. This procurement involves upgrading from Synapse version 5 to version 7.4, which includes necessary hardware replacements and ongoing technical support, as FujiFilm Medical is the exclusive developer and provider of these services. The Synapse system is critical for the hospital's medical imaging program, enabling the storage and viewing of diagnostic images essential for patient care. The contract is valued at $70,575, and interested parties may contact Purchasing Agent Winona Kitto at winona.kitto@ihs.gov for further inquiries, although this notice is not a request for competitive quotes.
    Notice of Sole Source Award
    Buyer not available
    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.
    MCG Health Evidence Based Guidelines
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a Sole Source Non-Personal Service Purchase Order to MCG Health, LLC for the provision of evidence-based clinical guidelines to support patient care management at the Rosebud Indian Health Service Hospital in South Dakota. This procurement aims to enhance the quality of care through the implementation of clinical guidelines, which are crucial for effective patient management and treatment outcomes. The contract will cover a period of one base year with four additional option years, and interested parties can reach out to Andrea Whipple at andrea.whipple@ihs.gov or by phone at 605-747-0402 for further details.
    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.
    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.
    JOFOC Software License
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is planning to award a sole source contract for software licensing and maintenance support for the barcode medication system at the Cheyenne River Health Center in Eagle Butte, South Dakota. The contract will be awarded to Dataray, the owner of the proprietary rights to the system, ensuring that the hospital has the necessary tools for effective medication management. This software is critical for enhancing patient safety and operational efficiency within the healthcare facility. Interested parties can reach out to Danielle Chasing Hawk at danielle.chasinghawk@ihs.gov or by phone at 605-964-0605 for further details.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    Sources Sought IAW Buy Indian Act of 1910: Psychiatric Physicians Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified providers for psychiatric physician services under a Sources Sought notice. This procurement is set aside for Indian Economic Enterprises (IEE) and aims to address the mental health needs of the Native American population in Winterhaven, California. The services are critical for enhancing mental health care access and quality within the community, aligning with the objectives of the Buy Indian Act of 1910. Interested parties can reach out to Michele Lodge, the Contract Specialist, at Michele.Lodge@ihs.gov or by phone at 702-204-9522 for further information.
    IHS1520728-Postage
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to the United States Postal Service for postage services associated with the Quentin N Burdick Memorial Health Care Facility in Belcourt, North Dakota. This procurement aims to ensure timely delivery of patient medications and critical medical communications, which are vital for maintaining the health and quality of life of the tribal population, known for its high poverty levels. The total estimated value of the contract is $50,000, with the period of performance commencing immediately upon award. Interested parties may direct questions to Jody Keplin at jody.keplin@ihs.gov, and responses to this notice should demonstrate compelling evidence for the need for this sole source procurement.
    Notice of Intent to Award / Sole Source - Pyxis Automated Dispensing Systems for controlled drugs & medication services - Tsaile Health Center
    Buyer not available
    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.