Opportunity
SAM #SS-SRSU-26-0027
Infusion Pumps and Services for Labor and Delivery Epidural Analgesia at Shiprock Service Unit
Buyer
Navajo Area Indian Health Service
Posted
April 24, 2026
Respond By
April 30, 2026
Identifier
SS-SRSU-26-0027
NAICS
339112, 423450
This opportunity seeks information from qualified Indian-owned businesses for providing, installing, and supporting epidural infusion pumps for labor and delivery at the Shiprock Service Unit. - Government Buyer: - Indian Health Service (IHS), Navajo Area, Shiprock Service Unit - Part of the Department of Health and Human Services - OEM Highlight: - CADD-Solis is the specified Original Equipment Manufacturer (OEM) - Products and Quantities: - CADD-Solis Ambulatory Infusion Pump (Grey) - CADD-Solis Medication Safety Software License - CADD-Solis AC Adapter with Power Cord - CADD-Solis Polie Mount Adapter - CADD-Solis Lockable Pole Mount Bracket - Services Requested: - Installation and training for CADD-Solis infusion pumps and software - Implementation of Pharm Guard Non-Wireless service components - Notable Requirements: - Equipment must support continuous epidural infusion and patient-controlled epidural analgesia (PCEA) - Preference for Indian-owned economic enterprises under the Buy Indian Act - Compliance with NAICS 339112 (Surgical and Medical Instrument Manufacturing) - Both equipment and associated services are required
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 the equipment, installation and training of epidural infusion pumps that safely administer epidural analgesia for obstetric patients. Additionally, to support continuous epidural infusion and patient-controlled epidural analgesia (PCEA) for labor pain and management.
The minimum requirements are as follows: 1. Infusion System Pumps: CADD-Solis Ambulatory (Grey) 2. Software: Medication Safety Software License – CADD-Solis 3. Implementation of Service Components: Pharm Guard Non-Wireless Implementation 4. CADD-Solis Accessories: • CADD-Solis AC Adapter with Power Cord • CADD-Solis Polie Mount Adapter • CADD-Solis Lockable Pole Mount Bracket
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 339112-Surgical and Medical Instrument Manufacturing with a small business size standard of 1000 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 April 30, 2026, 4:30 p.m. MST to Karen James at karen.james@ihs.gov with the subject line SSN: SS-SRSU-26-0027. Your submission must include the following information, at a minimum:
1. 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. 2. A brief statement of the company’s capability relates to the described government requirement. Additional demonstrations of capability may include current and past performance history for the same or similar requirement, established contracts such as GSA or VA Schedule, etc.
3. 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.