Opportunity
SAM #NOI-SRSU-26-0022
Sole Source Laboratory Testing Services for Northern Navajo Medical Center by TriCore, Inc.
Buyer
Indian Health Service
Posted
April 21, 2026
Respond By
May 07, 2026
Identifier
NOI-SRSU-26-0022
NAICS
621511
This notice announces the intent of the Navajo Area Indian Health Service (NAIHS), Shiprock Service Unit, to award a sole-source contract for laboratory testing services at the Northern Navajo Medical Center. - Sole-source, firm-fixed-price contract to TriCore, Inc. for laboratory testing services - Includes high-complexity and STAT laboratory testing - Covers specimen transport and rapid processing of critical tests - TriCore, Inc. identified as the only vendor capable of meeting requirements without disrupting patient care - NAICS code: 621511 (Medical Laboratories); small business size standard: $41.5 million - Contract structure: base period plus four option years - No specific part numbers or product quantities; this is a service requirement - Interested parties may submit capability statements if they can meet the requirements - No solicitation will be issued unless competition is deemed appropriate - Sole-source justification: only one source reasonably available - Place of performance: Northern Navajo Medical Center, Shiprock, NM - Contracting office: Rockville, MD
Description
The Navajo Area Indian Health Service (NAIHS), Shiprock Service Unit, plans to negotiate a sole-source, firm-fixed-price contract with TriCore, Inc. (UEI KRWFUJJCWAS3) for the provision of laboratory testing on an as needed basis for the Northern Navajo Medical Center. TriCore is the only vendor capable of meeting the requirements for high-complexity and STAT laboratory testing, including specimen transport and timely processing of critical tests without disruption to patient care. The NAICS code is 621511, with an associated small business size standard of $41.5 million.
In accordance with RFO 12.102(a), the Government has determined that only one source is reasonable available to meet this requirement. The anticipated period of performance is a base plus four option years, from May 18, 2026, through May 17, 2030.
This notice is not a request for quotations or proposals. However, interested parties that believe they can meet the Government’s requirement may submit a capability statement. Responses must be in writing and demonstrate the vendor’s ability to provide the required services.
Responses are due May 7, 2026 at 10:00 am MDT.
A determination by the Government not to compete the proposed procurement is solely within the discretion of the Government. Information received will be considered for the purpose of determining whether to conduct a competitive procurement. A solicitation will not be issued.
The point of contact for this action is Michelle James, Contract Specialist and can be reached at michelle.james@ihs.gov.