ISBEE-Qualstar Q80 Tape Library Hardware Replacement and Warranty Services
ID: 75H70425Q00018Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIVISION OF ACQUISITIONS POLICY HQROCKVILLE, MD, 20857, USA

NAICS

Computer Storage Device Manufacturing (334112)

PSC

IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7K20)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide hardware replacement and warranty services for the Qualstar Q80 Tape Library System. This procurement includes the acquisition of two Qualstar Q80 Tape Libraries equipped with IBM LTO-8 FC Tape Drives, along with an extended warranty and technical support, to ensure the operational continuity of the National Data Warehouse. The selected vendor will be required to deliver the hardware and services within 30 days of order receipt, with a focus on compliance with accessibility standards and the Buy Indian Act, promoting economic opportunities for Indian Small Business Economic Enterprises (ISBEE). Interested parties must submit their quotes by 10:00 AM EST on July 2, 2025, and direct any questions to Javier Medina-Velazquez at javier.medina-velazquez@ihs.gov.

    Point(s) of Contact
    Javier Medina-Velazquez
    javier.medina-velazquez@ihs.gov
    Files
    Title
    Posted
    The Indian Health Service (IHS) is issuing a Sources Sought Notice (75H70425Q00018) to identify qualified Indian Small Business Economic Enterprises (ISBEEs) capable of providing a replacement for the Qualstar Q80 Tape Library System, including an IBM LTO-8 FC Tape Drive. This initiative aligns with the Buy Indian Act, promoting procurement from Indian Economic Enterprises. The IHS, as part of the Department of Health and Human Services, serves over 2.6 million American Indians and Alaska Natives, focusing on enhancing healthcare outcomes. The current backups purchased in 2017 are now outdated, necessitating new acquisitions. Interested vendors must submit their capability statements and the Buy Indian Act Representation Form by 9:00 AM EST on April 22, 2025, via email, referencing the notice number. Submissions should include essential company information, business size, and details on reseller status for Qualstar products. This notice serves solely as a gathering of information to inform potential contracting strategies and does not obligate the government to award a contract. Respondents must avoid including proprietary information, ensuring compliance with confidentiality requirements.
    The Indian Health Service (IHS) requires replacement hardware and warranty services for its Qualstar Q80 Tape Library System to support the National Data Warehouse. The procurement includes two Qualstar Q80 Tape Libraries with IBM LTO-8 FC Tape Drives and various additional components, along with an extended warranty. The key aspects of the procurement include a 3-year advanced replacement warranty, technical support during business hours, and prompt shipping for defective units. Delivery will be coordinated with the Headquarters Office of Information Technology in Albuquerque, NM, with a focus on digital validation. The hardware and services are to be secured before the current warranty end date of September 26, 2025. The document indicates no additional security concerns. This request for proposals reflects a methodical approach to maintain critical data management infrastructure while ensuring operational continuity for the IHS systems.
    The document outlines requirements related to the Buy Indian Act under the Indian Health Service (IHS). It serves as a self-certification form for Offerors to declare their status as an "Indian Economic Enterprise," which is essential for participation in solicitations, Requests for Information (RFI), or contracts. The form emphasizes that this self-certification must be valid at the time of the offer, contract award, and throughout the contract's duration. Offerors are obligated to notify the Contracting Officer if they no longer meet eligibility criteria. The document reinforces the need for truthful submissions to avoid legal ramifications as false information can result in penalties. Additionally, Offerors must register with the System of Award Management (SAM) for eligibility. The clear structure includes sections for enterprise representation, owner and business details, and a certification signature. This document ultimately underscores the federal commitment to promoting economic opportunities for Indian-owned businesses in government contracting.
    The document is a solicitation from the Indian Health Service under the Buy Indian Act, which is designed to ensure that contracts are awarded to Indian Economic Enterprises (IEEs). It outlines the certification process required for offerors to confirm compliance with the definition of an IEE, which must be maintained throughout the solicitation process until contract completion. Offerors must self-certify their eligibility, provide accurate information, and register with the System of Award Management (SAM). Failure to disclose changes in eligibility or providing false information can lead to legal consequences. The solicitation also includes a section for the offeror to indicate their compliance status, including details of ownership and the federally recognized tribal entity associated with the business. The document serves as a formal framework to promote economic opportunities for Indian businesses in government contracting.
    The Indian Health Service (IHS) is issuing a request for proposal (RFP) for the replacement and warranty services of Qualstar Q80 tape libraries. The contractor is expected to supply two Qualstar Q80 Tape Library Systems, each including one IBM LTO-8 FC tape drive, along with additional components such as tape drive modules, a five-year warranty uplift, data cartridges, and barcode labels. The equipment supports the National Data Warehouse with its warranty coverage ending on September 26, 2025. The preferred warranty support includes advanced replacement and technical assistance during business hours, with prompt shipping for defective parts. Delivery will be directed to the IHS’s technical point of contact for validation. There are no additional security concerns associated with this requirement, emphasizing the necessity for reliable hardware and ongoing support to maintain operational efficiency. The IHS aims to ensure continuity and support for its critical data management infrastructure through this acquisition.
    The Indian Health Service (IHS) is soliciting bids for a Firm-Fixed-Price Purchase Order for Qualstar Q80 Tape Library Hardware Replacement and Warranty Services. This Request for Quotation (RFQ) is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), compliant with the NAICS code 334112. The acquisition aims to procure a Qualstar Q80 Tape Library system, including various components and warranty options. Delivery is required 30 days after receipt of the order, and compliance with Section 508 of the Rehabilitation Act to ensure accessibility for individuals with disabilities is mandatory. Interested vendors must demonstrate authorized reseller status and provide a quotation that includes pricing details and necessary supporting documentation. The evaluation for award will follow a "Lowest Price Technically Acceptable" method, ensuring that the quoted items meet the required specifications. This RFQ underscores the government's commitment to engaging small businesses in procurement activities while addressing specific technological needs within the healthcare framework.
    Similar Opportunities
    OPTOMETRY EQUIPMENT- CLINTON IHS
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotes for the procurement of two new Zeiss Cirrus Model 6000 OCT devices with AngioPlex software, along with annual maintenance agreements, specifically for the Clinton Service Unit in Oklahoma. This procurement aims to replace outdated equipment at the Clinton, El Reno, and Watonga Indian Health Centers, ensuring compliance with federal standards and enhancing ocular imaging and analysis capabilities. The contract includes delivery, installation, comprehensive training, and adherence to stringent security and accessibility requirements, with a performance period from January 1, 2026, to December 31, 2026, and an option for four additional years. Interested vendors must submit their quotes by December 15, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must also self-certify their status as an Indian Economic Enterprise under the Buy Indian Act.
    FBSU Philips service agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide onsite technical support and maintenance for the Philips Central Station Cardiac Monitoring System at the Fort Belknap Service Unit in Montana. The procurement aims to ensure 24/7 onsite and on-call tech support for repairs and maintenance of central station heart monitors and patient bedside monitors, which are critical for patient care in the Emergency Room. The contract will cover services from January 1, 2026, to December 31, 2027, with the possibility of four additional years, and interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Ashley Flynn at ashley.flynn@ihs.gov within five days of the sources sought announcement.
    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.
    Notice of Intent to Award
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    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.
    KHC Pitney Bowes Mail Machine Upgrade
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to negotiate a non-competitive firm-fixed-price contract for the upgrade of the Pitney Bowes mail machine at the Kayenta Health Center in Arizona. The procurement involves acquiring an IMI Compliant Postage meter along with the SendPro 360 Sending application, which is essential for the efficient handling of mail services at the facility. This sole source award is directed to Pitney Bowes Federal Systems due to an exclusive service agreement, and interested parties other than Pitney Bowes may submit capability statements by December 15, 2025, to the Purchasing Agent, Daisha Richards, at Daisha.Richards@ihs.gov. The government retains the discretion to determine whether to proceed with a competitive procurement based on the responses received.
    BPA for Stainless Steel Surgical Equipment Repairs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide stainless steel surgical equipment repair services through a Blanket Purchase Agreement (BPA) for the Oklahoma City Area Indian Health Service. The procurement aims to ensure the timely repair and maintenance of surgical instruments used at the Pawnee, Lawton, and Clinton Indian Health Centers, with services including sharpening, refurbishing, and onsite repairs. This opportunity is particularly significant as it supports the healthcare needs of Native American communities, emphasizing compliance with the Buy Indian Act. Interested vendors must submit their quotes by December 18, 2025, at 10:00 AM CST, to Misti Bussell via email at misti.bussell@ihs.gov, with the contract period running from March 1, 2026, to February 28, 2031, and a maximum funding limit of $1,250,000.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Emergency Department Medical Equipment and Supplies
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting market research to identify potential sources for medical equipment and supplies needed for the Emergency Department at Gallup Indian Medical Center in New Mexico. The procurement focuses on a variety of essential items, including general procedure carts, adjustable-height instrument tables, isolation carts, and various scales, all adhering to specific infection control standards and operational efficiency requirements. This opportunity is crucial for ensuring the availability of high-quality medical supplies that support healthcare delivery in the region. Interested vendors must submit their qualifications and capability statements by December 19, 2025, at 10:00 AM (MST) to Rodney Brown at Rodney.Brown@ihs.gov, and must be registered in the System for Award Management (SAM) to participate.
    Data Ray D3 to D4 Software Upgrade With RPMS Compatibility for Quentin N Burdick Memorial Health Care Facility (QNBMHCF)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking sources for a Data Ray D3 to D4 software upgrade with RPMS compatibility for the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota. The objective is to identify potential vendors capable of providing this upgrade, which is anticipated to be a brand-name requirement due to compatibility with existing government-owned hardware. This upgrade is crucial for maintaining the functionality of health services provided to approximately 14,550 tribal members on the Turtle Mountain Indian Reservation. Interested parties must submit their capability statements to Farrah Azure at Farrah.Azure@ihs.gov by December 17, 2025, at 12:00 p.m. Central Time, referencing Sources Sought Number IHS-SS-26-1518980.