Opportunity

SAM #SSN-GSUT2-20269177

Automated Prescription Pickup and Storage System for IHS Gallup Service Unit

Buyer

Navajo Area Indian Health Service

Posted

March 27, 2026

Respond By

April 13, 2026

Identifier

SSN-GSUT2-20269177

NAICS

541512, 334118, 811219, 423450

The Indian Health Service (IHS), Navajo Area, Gallup Service Unit, is seeking information from qualified vendors for an automated prescription pickup and storage system to enhance patient access to medications. - Government Buyer: - Department of Health and Human Services (HHS) - Indian Health Service (IHS), Navajo Area - Gallup Service Unit - Products/Services Requested: - Automated prescription pickup and storage system - Must be ADA-compliant and HIPAA-compliant - Dual access (patient and loading) - Secure storage, remote monitoring, and remote repair - Services: delivery, installation, configuration, troubleshooting, maintenance, training, remote monitoring, and diagnostics - Unique/Notable Requirements: - Preference for Indian-owned economic enterprises (IEEs/ISBEEs) - No specific OEMs or part numbers identified - System must support ongoing support and maintenance for up to five years - Period of Performance: - Base period of 12 months with four one-year option periods - NAICS Code: 334118 (Computer Terminal and Other Computer Peripheral Equipment Manufacturing) - Place of Performance: Gallup Service Unit, Gallup, NM

Description

Sources-Sought Notice

The Indian Health Service, Gallup Service Unit is issuing this sources-sought notice (SSN) to identify capable Indian-owned, economic enterprises – large (IEE) or small (ISBEE) – that can provide an automated prescription pickup and storage system for patients to retrieve medications/prescriptions. Contractors must provide, deliver, install, configure, and support the system. Troubleshooting, maintenance services, training, remote monitoring, and diagnostics must also be provided for the system. The system must meet the following:

            -ADA-compliance

            -Dual (patient + loading) access design

            -HIPAA-compliant operation

            -Secure prescription/medication storage

            -Remote monitoring and repair as per service agreement

The period of performance will include a base period of 12 months from the time of award with four (4) one-year options periods.

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 334118- Computer Terminal and Other Computer Peripheral Equipment Manufacturing with a small business size standard of 1,000 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 10:00AM (MDT) on 4/13/2026 to Rodney Brown, Contract Specialist at Rodney.Brown@ihs.gov with the subject line “SSN-GSUT2-20269177.”  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. 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.

View original listing