SOURCES SOUGHT
66 -- Source Sought Seeking ISBEE and/or IEE contractors to purchase Brand Name Only Abbott Piccolo Xpress Chemistry Analyzer System, associated accessories & supplies for the Wagner IHS Health Center, Wagner SD 57380
- Notice Date
- 1/7/2026 10:34:25 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- SS-IHS1518827
- Response Due
- 1/20/2026 7:00:00 AM
- Archive Date
- 02/04/2026
- Point of Contact
- Ursula Maslonka
- E-Mail Address
-
ursula.maslonka@ihs.gov
(ursula.maslonka@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- Sources Sought: Clinical Chemistry Analyzer System and Associated Accessories and Supplies (Abbott Piccolo Xpress or Functionally Equivalent) Sources Sought Notice Number: IHS1518827 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. Buy Indian Authority: This Sources Sought Notice is conducted pursuant to the Buy Indian Act (25 U.S.C. � 5323) to assess the availability of qualified Indian Small Business Economic Enterprises (ISBEE) and Indian Economic Enterprises (IEE). Responses will be used solely for market research purposes and to determine whether the requirement may be set aside under Buy Indian procedures. Market Research and Brand Consideration Notice: This Sources Sought Notice is issued solely for the purpose of conducting market research in accordance with FAR Part 10 and the Buy Indian Act (25 U.S.C. � 5323). While the Government currently utilizes the Abbott Piccolo Xpress system, this notice is intended to determine whether qualified Indian Small Business Economic Enterprises (ISBEE) or Indian Economic Enterprises (IEE) are capable of providing Abbott Piccolo Xpress or functionally equivalent clinical chemistry analyzer systems that meet the Government�s minimum performance needs. Any future determination to restrict competition to a brand name product will be supported by a separate Brand Name Justification in accordance with applicable FAR requirements. This sources sought notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE) and/or 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 - other relevant NAICS codes will be considered based on responses received. 1.0 BACKGROUND The Indian Health Service (IHS), Great Plains Area (GPA), located in Aberdeen, South Dakota, is conducting market research to identify potential sources capable of providing clinical chemistry analyzer systems, accessories, and supplies in support of operations at the Wagner Indian Health Service Hospital. The Government currently utilizes the Abbott Piccolo Xpress system; however, this Sources Sought Notice is issued solely to assess the availability and capability of qualified Indian Small Business Economic Enterprises (ISBEE) and Indian Economic Enterprises (IEE) to provide Abbott Piccolo Xpress or functionally equivalent systems that meet the Government�s minimum performance needs. 1.1 OBJECTIVE The objective of this Sources Sought Notice is to identify qualified ISBEE and/or IEE vendors capable of providing clinical chemistry analyzer systems, accessories, and supplies that meet the Government�s minimum performance needs in support of operations at the Wagner Indian Health Service Hospital. 2.0 SCOPE See attached Specifications for the clinical chemistry analyzer system and associated accessories and supplies described herein. Minimum Performance Characteristics (For Market Research Purposes Only): The Government seeks information regarding clinical chemistry analyzer systems capable of meeting the following minimum performance objectives: � Capable of on-site multi-chemistry and electrolyte testing � Suitable for use in clinical or point-of-care environments � Minimal sample volume requirement � Automated operation with limited operator intervention � Built-in quality control features meeting applicable clinical standards � Portable or compact footprint suitable for clinical settings � Ability to produce and store test results and interface with external peripherals These characteristics are provided for market research purposes only and do not represent finalized Government requirements. 3.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS (Not APPLICABLE) 4.0 ANTICIPATED PERIOD OF PERFORMANCE Period of Performance: Delivery shall be made 30 days after award. 5.0 PLACE OF PERFORMANCE Physical Address for delivery: Wagner Indian Health Service Health Center Attn: Lab Manager 111 Washington Ave NW Wagner, SD 57380 605-384-3621 6.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE Delivery shall be made 30 days after award is distributed. Additional Information: A. - Anticipated Period of Performance: The Government anticipates a delivery timeframe of approximately thirty (30) days after award. This information is provided for planning purposes only and does not constitute a commitment. B. - Capability Statement/Information: B1. The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no Gray Market Goods or Counterfeit Electronic Parts shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEMs) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. B2. Interested parties are expected to review this notice to familiarize themselves with the requirements of this project. Failure to do so will be at your firm�s own risk. The following information shall be included in the capability statement: 1. Company Name and Company SAM Unique Entity identifier (UEI) number. 2. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov . 3. 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. 4. Date Submitted 5. Applicable company GSA Schedule number or other available procurement vehicle. 6. Business Size Standard of Company (i.e. small business, 8(a), Woman owned, veteran owned, etc.). 7. 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. 8. Geographic Coverage: Please identify the areas of the United States where your organization provides this supplies/equipment. 9. References: Provide a list of all private industry or government contracts for similar items that you have delivered within the last 3 years. Please include customers� contact names, contract period, and brief description of similar supplies delivered 10. Provide evidence demonstrating the ability to meet the minimum performance characteristics identified in this Sources Sought Notice. 11. Delivery/Logistics: Provide evidence that the item is readily available and can meet the Delivery timeframe. 12. Warranty: Provide evidence that the item has warranty options. 13. If American Indian/Native American owned small business, then complete attached IEE Representation Form. C. - Closing Statement C1. Point of Contact: Ursula Maslonka, Contract Specialist, at Ursula.Maslonka@ihs.gov C2. Submission Instructions: Interested parties shall submit capability via email to Ursula Maslonka, Contract Specialist, at Ursula.Maslonka@ihs.gov; the following information: Sources Sought Number IHS1518827 in the Subject line. The due date for receipt of statements is January 20, 2026, 9:00 am Central Time. All responses must be received by the specified due date and time 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 based on 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 because 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 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ef5d8a4633a84389b7d0e6e7555d7360/view)
- Place of Performance
- Address: Wagner, SD 57380, USA
- Zip Code: 57380
- Country: USA
- Zip Code: 57380
- Record
- SN07680346-F 20260109/260107230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |