Sources Sought: Great Plains Indian Health Service – Pine Ridge Comprehensive Health Care Facility and Rosebud Comprehensive Health Care Facility request for Laboratory Equipment and Cost Per Test services and supplies.
Sources Sought Notice Number: IHS1511709
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE), Indian Economic Enterprises (IEE).
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 334516, Analytical Laboratory Instrument Manufacturing or relevant NAICS codes will be considered based on responses received (such as Medical, Dental, and Hospital Equipment and Supplies etc.)
- BACKGROUND
- Rosebud Service Unit: Rosebud hospital is a 35 bed comprehensive medical/surgical hospital located in the Rosebud, South Dakota. The Hospital is the primary source of health care for the Rosebud Sioux (Sicangu Oyate) tribal members, in and around the Rosebud Sioux Reservation.
-
- Pine Ridge Service Unit: The Pine Ridge Service Unit, serving the Lakota Nation population of 26,000, is the largest in the Great Plains Area.
The Pine Ridge Hospital, located in Pine Ridge, South Dakota, is a fully accredited 45 bed hospital. The facility includes full-service Inpatient Department, Obstetrics, Labor & Delivery and General Surgery, providing care to medical, obstetric, pediatric, and surgical patients. The hospital provides comprehensive primary care based on the Primary Care Medical Home (PCMH) model. The Emergency Department offers 24/7 care including SANE. Additional services include outpatient care, primary care, dental, pharmacy, behavior health, radiology, laboratory, podiatry, women’s health, optometry, public health nursing, nutritional counseling, and additional specialty care as available, including Psychiatric services. Kyle and Wanblee Health Centers and LaCreek I.H.S Clinic operate within the Pine Ridge Service Unit.
- OBJECTIVE
The primary objective of sources sought is to secure adequate market research for the identified need.
- DESCRIPTION OF EQUIPMENT
Rosebud Service Unit – Two (2) Sysmex XN450 Hematology Analyzers (This shall include Reagents, QC, Cleaners, Calibrators and Services)
Pine Ridge Service Unit – One (1) XN-550 & One (1) XN450 Sysmex Hematology Analyzers (This shall include Services, Reagents, QC, and Remote Calibration support)
- TYPE OF ORDER
This is a firm fixed price potential award with possibility of option periods for continued services.
- ANTICIPATED DELIVERY DATE
Forty-Five (45) Days after a potential award for equipment laboratory equipment.
Period of Performance:
Base: 10/01/2025 – 09/30/2026
1st Option Period: 01/01/2026 – 09/30/2027
2nd Option Period: 01/01/2027 – 09/30/2028
3rd Option Period: 01/01/2028 – 09/30/2029
4th Option Period: 10/01/2029 – 09/30/2030
- SHIPPING ADDRESS:
-
- Rosebud Service Unit: P.O. Box 400, Rosebud, South Dakota 57570
-
- Pine Ridge Service Unit: P.O. Box 1201/East Highway 18, Pine Ridge, South Dakota 57770
- FOB: Origin or Destination:
Destination
- PAYMENT
INVOICE SUBMISSION AND PAYMENT
In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests.
IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury's Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is registered to use IPP, you will not be required to re-register. However, we encourage you to make sure your organization and designated IPP user accounts are valid and up to date.
The IPP website address is: https://www.ipp.gov.
Please contact the IPP Helpdesk at (866) 973- 3131 (M-F 8 AM to 6 PM ET) or IPPCustomerSupport@fiscal.treasury.gov if you require assistance registering or IPP account access.
- Capability Statement/Information
Interested parties are expected to review this notice to familiarize themselves with the project’s requirements. Failure to do so will be at your firm's own risk. The following information shall be included in the capability statement:
- Company Name and Company SAM Unique Entity Identifier (UEI) number.
- System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov .
- Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.
- Date submitted.
- Applicable company GSA Schedule number or other available procurement vehicle.
- Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.).
- Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
- Geographic Coverage: Please identify the areas of the United States where your organization provides these supplies.
.
- Closing Statement
Point of Contact: Ashleigh Yazzie, Contract Specialist, at email: ashleigh.yazzie@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to Ashleigh Yazzie, Contract Specialist, at ashleigh.yazzie@ihs.gov. Must include Sources Sought Number IHS1515793 in the Subject line. The due date for receipt of statements is July 29, 2025, 12:00 p.m. Mountain Standard Time.
All responses must be received by the specified due date and time in order to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.
IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.