Intent to Sole Source for Nurse Call System at Zuni Comprehensive Community Health Center
ID: IHS1519208Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICERockville, MD, 20852, US

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Department of Health and Human Services, through the Indian Health Service, intends to award a sole-source contract to Hill-Rom, Inc. for the extension of the Voalte Nurse Call System at the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to ensure continued access to essential software, system support, and maintenance services for the existing nurse call system, which is critical for effective patient communication and care within the facility. The contract is anticipated to be a Firm Fixed-Price agreement for a base period of 12 months, with four additional option years, and responses to this notice must be submitted by November 12, 2025, to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines the requirements for an Annual Maintenance Service Plan for the Hillrom Nurse Call system (Voalte) at the Zuni Indian Health Center in Zuni, New Mexico. The 12-month service program, renewable annually within a multi-year contract (TBD/2025 to TBD/2030), includes software upgrades (major and minor releases), remote and onsite clinical education and consultation, 24/7/365 technical support, system configuration changes, semi-annual business updates, access to a customer portal, system security certificate updates, onsite field dispatch, annual preventative maintenance, full OEM parts coverage, and semi-annual CenTrak RTLS battery maintenance. The document also details federal acquisition regulations regarding contractor registration (Unique Entity ID from SAM.gov), indemnification, governing law, and comprehensive privacy clauses (48 CFR §§ 39.105, 39.106, 52.224-1, 52.224-2, 52.239-1) concerning the protection of privacy when handling information technology systems of records. Michelle Sanchez is designated as the Contract Officer’s Representative, responsible for technical coordination and performance review, while the IHS Contracting Officer holds authority over contract terms and conditions.
    This government Statement of Work outlines the requirement for annual maintenance services for the Hillrom Nurse Call system (Voalte) at the Zuni Indian Health Center. The contract, spanning from August 1, 2025, to July 31, 2030, includes software upgrades (major and minor releases), remote clinical education and consultation, 24/7/365 technical support, system configuration changes, semi-annual business updates, access to a customer portal for support cases, and system security certificate updates. Services will be provided at the Zuni Indian Health Center, New Mexico. The document also details pricing structure over a base year and four option years, contract officer representative (COR) responsibilities, restrictions on subcontracting, and adherence to federal acquisition regulations (FAR) including the use of Unique Entity ID, CCR registration, and clauses concerning indemnification, governing law, and privacy (Privacy Act, 48 CFR § 39.105, 39.106, 52.224-1, 52.224-2, and 52.239-1).
    Similar Opportunities
    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.
    Gallup Service Unit & Shiprock Service Unit: Nurse Advice/Nurse Triage Telephone Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Nurse Advice/Nurse Triage Telephone Services for the Gallup and Shiprock Service Units in New Mexico. The contract will provide non-personal nurse triage services to support healthcare delivery for American Indians and Alaska Natives, with a performance period starting December 1, 2025, and extending through November 30, 2030, including a base year and four optional one-year periods. This service is critical for ensuring timely and effective healthcare access, requiring a dedicated call center capable of handling a minimum of 60 calls daily, with specific performance metrics for call handling and language interpretation. Interested vendors must submit their proposals in PDF format by December 9, 2025, at 1:00 P.M. MST, and can direct inquiries to Adrian Segay at Adrian.Segay@ihs.gov.
    Notice of Intent to Restrict Competition – NAIHS Gallup Indian Medical Center – Automated Dispensing Cabinet System
    Buyer not available
    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 at the Gallup Indian Medical Center in New Mexico. The contract will be negotiated exclusively with Carefusion Solutions LLC, as they currently provide these systems and a seamless integration with existing infrastructure is essential to meet Joint Commission requirements. This procurement is critical for maintaining operational efficiency and compliance within the medical center, with the base period of performance set for January 1, 2026, to December 31, 2026, and an option period extending through December 31, 2027. Interested vendors may submit capability statements to Rodney Brown at Rodney.Brown@ihs.gov by 10:00 AM (MST) on December 8, 2025, although this notice does not constitute a request for quotations.
    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.
    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.
    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.
    Notice of Intent to award sole source - Compact Robotic Prescription Dispensing System - Tsaile Health Center
    Buyer not available
    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.
    NNMC, Request for two (2) Non-PSC Inpatient Pediatrics RN Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for two Non-Personal Healthcare Services in the form of Inpatient Pediatric Nurses at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract encompasses a base period of six months, starting from January 1, 2026, with the possibility of extending through four additional six-month option periods, potentially lasting until June 30, 2028. These nursing services are critical for providing quality healthcare to pediatric patients in the region, and the procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561320. Interested contractors must comply with various federal regulations, including medical liability insurance requirements and submission protocols, and should direct inquiries to Matthew Atcitty at matthew.atcitty@ihs.gov.
    NNMC Wellness Program Project
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking to award a non-competitive contract for consultation services to the Central Consolidated School District in Shiprock, New Mexico, as part of the NNMC Wellness Program Project. The contract aims to support the Health Promotion Disease Prevention (HPDP) department at the Northern Navajo Medical Center by providing unique consultation services, including access to local facilities for rehabilitation and community wellness initiatives. This opportunity is significant as it addresses health and wellness needs within the community, with a contract period spanning from January 15, 2026, to January 14, 2031, including a base year and four option years. Interested vendors may submit a capabilities statement by December 16, 2025, to Bertina Jones at bertina.jones@ihs.gov.
    NOTICE OF INTENT: Operating Lease, Subscription, and Support for Eyecon 9420
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, is planning to negotiate a non-competitive firm-fixed-price contract for the operating lease, subscription, and support of the Eyecon Pill Counter 9420. This procurement is intended for services that are uniquely provided by Scriptpro USA Inc, as they are the only source capable of meeting the specific requirements for on-site operations at the Kayenta Service Unit in Arizona. The contract period is set from January 1, 2026, to December 31, 2026, and interested parties other than Scriptpro USA Inc may submit a capability statement by December 10, 2025, to Flora Washington at flora.washington@ihs.gov. It is important to note that this notice is not a solicitation, and the government retains discretion over whether to pursue a competitive procurement based on the responses received.