Opportunity
SAM #SS-SRSU-26-0021
BPA for 3M/KCI Advanced Wound Care Products for Northern Navajo Medical Center
Navajo Area Indian Health Service
March 24, 2026
March 31, 2026
SS-SRSU-26-0021
423450, 532283, 339113
This procurement seeks to establish a Blanket Purchase Agreement for advanced wound care products at the Northern Navajo Medical Center. - Government Buyer: - Indian Health Service (IHS), Navajo Area Indian Health Service, Shiprock Service Unit - OEMs and Vendors: - 3M (highlighted as the primary OEM) - KCI USA Inc. (subsidiary of 3M, manufacturer of wound care solutions) - Products/Services Requested: - Comprehensive range of 3M/KCI wound therapy devices, consumables, and accessories - Examples include: ActiV.A.C. Therapy Units (rental and sale), V.A.C. Ulta Therapy Units, ABThera Advance packs, SNAP Bridge Dressing Kits, PREVENA Incision Management Systems, various V.A.C. dressings, canisters, and connectors - Detailed line items with part numbers and quantities (e.g., 10-pack dressings, therapy unit rentals, single-use kits) - Unique or Notable Requirements: - Prioritization of Indian-owned economic enterprises under the Buy Indian Act - Respondents must submit a completed IHS IEE Representation Form - NAICS code 339113 (Surgical Appliance and Supplies Manufacturing) - Products are primarily for as-needed use in the Wound Care Department - Period of Performance: - Base period plus four option years - Place of Performance: - Northern Navajo Medical Center, Shiprock, NM - Contracting office at Navajo Area Indian Health Service, Window Rock, AZ
Description
Sources-Sought Notice
The Indian Health Service, Shiprock Service Unit is issuing this sources-sought notice (SSN) to identify capable Indian-owned, economic enterprises – large (IEE) or small (ISBEE) – that can provide a Blanket Purchase Agreement (BPA) for 3M Medical Solution Products for Wound Care department at Northern Navajo Medical Center (NNMC).
Period of Performance: Base plus Four Option Years.
Other capable firms are also invited to respond to this SSN. The Contracting Officer will consider responses for Buy Indian Act (25 U.S.C. 47) opportunities first, then for set aside programs under the Small Business Act (41 U.S.C. 3104).
The applicable North American Industry Classification System (NAICS) code assigned to this requirement is 339113 – Surgical Appliance and Supplies Manufacturing with a small business size standard of 800 employees.
THIS IS NOT A SOLICITATION. Information collected from this notice is purely for market research only and will be used to determine the contracting office’s acquisition strategy including competition, set asides, and locating Indian-owned economic enterprises. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred in response to this request for information.
In accordance with FAR 4.203-1(b), offerors and quoters must be registered in System for Award Management at SAM.gov, at the time an offer or quotation is submitted and at time of award.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this notice by March 31, 2026 Tuesday 12pm MST to William Lee at William.Lee@ihs.gov with the subject line “SS-SRSU-26-0021” Your submission must include the following information, at a minimum:
Company Profile that includes: UEI, Name and Address, Primary POC information, business size and type of ownership, socio-economic status/participation such as 8(a), WOSB/EDWOSB, SDVOSB and HUBZone, identification of Native American ownership, SAM.gov representations and certifications, and other related documentation. A brief statement of the company’s capability that relates to the described government requirement. Additional demonstration of capability may include current and past performance history for the same or similar requirement, established contracts such as GSA or VA Schedule, etc. NOTE TO BUYER/CO: Do not include a full evaluation provision that should only be in a solicitation. Including restrictive requirements such as resumes, full technical proposals, extensive past performance history, and similar is prohibited. This is market research, not solicitation. Indian-owned Small Business Economic Enterprises (ISBEEs) and Indian-owned Economic Enterprises (IEEs) must also submit a completed IHS IEE Representation Form (attached) in accordance with HHSAR 326.606-1(b).
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.