Opportunity
SAM #IHS1525006
Respiratory Therapy Disposables for HVT 2.0 System – Blanket Purchase Agreement (Chinle Service Unit)
Buyer
Navajo Area Indian Health Service
Posted
May 05, 2026
Respond By
May 20, 2026
Identifier
IHS1525006
NAICS
339112
The Indian Health Service (IHS), Navajo Area, Chinle Service Unit is seeking sources for a Blanket Purchase Agreement to supply respiratory therapy disposables for the Chinle Comprehensive Health Facility's Respiratory Therapy Department. - Government Buyer: - Indian Health Service (IHS), Navajo Area, Chinle Service Unit - Chinle Comprehensive Health Facility - Respiratory Therapy Department - Products/Services Requested: - Respiratory therapy supplies compatible with the HVT 2.0 System - High Velocity Therapy (HVT) Aerosol Disposables - High-Flow Disposable Patient Circuits (DPC) - Low-Flow Disposable Patient Circuits (DPC) - Adult Large and Extra Large High Velocity Nasal Insufflation (Hi-VN) Therapy Nasal Cannulas - Infant and Intermediate Infant High Velocity Nasal Insufflation (Hi-VN) Therapy Nasal Cannulas - All items are single-patient use, sterile, and designed for direct patient care in emergency, ICU, and outpatient settings - OEMs and Vendors: - No specific OEMs are named, but the requirement for HVT 2.0 System compatibility strongly suggests Vapotherm as a primary OEM - Unique/Notable Requirements: - All supplies must be compatible with the HVT 2.0 System - Supplies are ordered as needed to avoid excess inventory - Focus on high velocity oxygen therapy for critically ill, respiratory distress, and COVID patients - Preference for Indian-owned Economic Enterprises - Period of Performance: - One base year with four option years (main notice) - FY26 contract period specified as December 1, 2025 to September 30, 2026 (attachment) - Place of Performance: - Chinle Comprehensive Health Care Facility - Respiratory Therapy Department, Chinle, AZ
Description
Sources-Sought Notice
The Indian Health Service, Chinle Service Unit is issuing this sources-sought synopsis as a means of conducting market research (FAR 10.001) in identifying prospective sources to fill a government requirement for a Blanket Purchase Agreement (BPA) for various respiratory supplies needed for respiratory therapy treatments to provide high flow oxygen to critically ill patients, delivery of aerosol medication to patients on high velocity therapy, provide precise heat and humidification therapy and patients with respiratory distress and patients with COVID.
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 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.
Period of Performance: One (1) Base Year and Four (4) Option Years
In accordance with FAR 4.1102(a), offerors and quoters are required to be registered in System for Award Management at SAM.gov, at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this notice by May 20, 2026 to Teola Autaubo at teola.autaubo@ihs.gov with the subject line “SSN-IHS1525006. 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 (if applicable), SAM.gov representations and certifications, and other related documentation.
2. 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.
3. If claiming Indian-owned Small Business Economic Enterprise (ISBEE) or Indian-owned Economic Enterprise (IEE), submit completed IHS IEE Representation Form (attached).
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.