Opportunity
SAM #SSN-GSUT2-20267887
Pharmacy Patient Workflow Tracking System for Indian Health Service, Gallup Service Unit
Buyer
Navajo Area Indian Health Service
Posted
March 29, 2026
Respond By
April 06, 2026
Identifier
SSN-GSUT2-20267887
NAICS
541512
The Indian Health Service (IHS), Navajo Area, Gallup Service Unit, is seeking information from qualified vendors for a pharmacy patient workflow tracking system to improve pharmacy operations and patient experience. - Government Buyer: - Department of Health and Human Services - Indian Health Service (IHS), Navajo Area - Gallup Service Unit - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Products/Services Requested: - Computerized pharmacy patient workflow tracking system - Features required: electronic patient check-in, ticketing, queuing, routing, public display notifications, audio announcements, and reporting - Must support pharmacy workflow, reduce patient wait times, and protect patient privacy - System must operate without interruption - Must comply with HIPAA privacy requirements (use ticket numbers for public announcements) - Includes technical support, upgrades, maintenance, and hardware warranty services - Reporting capabilities for pharmacy supervisors - Unique or Notable Requirements: - Strict HIPAA compliance for patient privacy - Uninterrupted system operation - Preference for Indian-owned economic enterprises - NAICS code: 541512 (Computer Systems Design Services) - Period of Performance: - One-year base period with four one-year option periods - Place of Performance: - Gallup Service Unit, Gallup, NM - Contracting office: Navajo Area Indian Health Service, Window Rock, AZ
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 a computerized pharmacy patient tracking system. The system should provide electronic patient check-in, ticketing, queuing, routing, public display notifications, audio announcements, and reporting capabilities that support pharmacy workflow and reduce patient wait times while protecting patient privacy. Contractors must maintain uninterrupted operation of the system, ensure continued compliance with HIPAA privacy requirements by using ticket numbers rather than patient names for public announcements, provide technical support, upgrades, maintenance, and hardware warranty services to prevent operational disruption, and sustain reporting capabilities used by pharmacy supervisors to monitor waiting times, visit volumes, and workflow efficiency.
The period of performance will include a base period of one year from the time of award with four (4) one-year option 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 541512- Computer Systems Design Services with a small business size standard of $34.0 million.
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 4/6/2026 to Rodney Brown, Contract Specialist, at Rodney.Brown@ihs.gov with the subject line “SSN-GSUT2-20267887.” 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.