Opportunity

SAM #SS-OMAS-IHS-WSSU-1525000

UPS Replacement Systems for Indian Health Service Warm Springs Service Unit

Buyer

PSC Acquisition Management Services

Posted

May 07, 2026

Respond By

May 17, 2026

Identifier

SS-OMAS-IHS-WSSU-1525000

NAICS

423690, 334111, 335999

This opportunity seeks Native American or Alaska Native-owned businesses to provide Uninterruptible Power Supply (UPS) systems for the Indian Health Service's Warm Springs Service Unit. - Government Buyer: - Department of Health and Human Services (HHS), Indian Health Service (IHS), Warm Springs Service Unit, Portland Area - OEMs Highlighted: - Eaton - APC - Vertiv - Products Requested: - Primary UPS System (approx. 60 kW) - 208/220V, 3-phase - External battery cabinet - Minimum 45-minute runtime - Integrated monitoring (SNMP, Modbus or equivalent) - Maintenance bypass capability - New equipment only - UL 1778 compliant - Secondary UPS System (approx. 30 kVA) - Internal batteries with supplemental battery cabinet - Compatible with network and telecom equipment - New equipment only - UL 1778 compliant - Notable Requirements: - Equipment must support mission-critical network, clinical, and communication systems - Compatibility with existing IT infrastructure - Delivery to Warm Springs, Oregon - Respondents must submit a capability statement, demonstrate relevant experience, identify OEM partnerships, and provide a signed Indian Economic Enterprise (IEE) Representation Form - Only Native American or Alaska Native-owned businesses eligible under the Buy Indian Act may respond

Description

SOURCES SOUGHT NOTICE Buy Indian Act (HHSAR 326.6) – Market Research Only

Sources Sought # SS-OMAS-IHS-WSSU-1525000

Title: WSSU UPS Replacement – Uninterruptible Power Supply (UPS) Systems Agency: Department of Health and Human Services (HHS), Indian Health Service (IHS) Office: Warm Springs Service Unit (WSSU), Portland Area Notice Type: Sources Sought / Request for Information (RFI) Response Due Date: 05/17/2026 – 5:00 PM EST.

DISCLAIMER

This is a Sources Sought Notice / Request for Information (RFI) issued for market research purposes only. This is not a solicitation and does not constitute a Request for Proposal (RFP). The Government does not intend to award a contract based on responses to this notice.

PURPOSE

The purpose of this notice/RFI is for market research purposes only, with the intent to identify companies that are 51% or more Native American or Alaska Native-owned and are interested in and capable of meeting the Government’s stated requirement in accordance with the Buy Indian Act (25 U.S.C. § 47).

All interested vendors are encouraged to respond.

REQUIREMENT OVERVIEW

The Indian Health Service (IHS), Warm Springs Service Unit (WSSU), requires the procurement of Uninterruptible Power Supply (UPS) systems to support mission-critical network infrastructure, clinical systems, and communication systems.

The requirement includes, but is not limited to:

Primary UPS System

Approx. 60 kW UPS system (or equivalent) Input/Output: 208/220V, 3-phase External battery cabinet(s) Minimum runtime: ~45 minutes under load Integrated monitoring (SNMP, Modbus, or equivalent) Maintenance bypass capability

Secondary UPS System

Approx. 30 kVA UPS system (or equivalent) Internal batteries with supplemental battery cabinet Compatible with network and telecom equipment

General Requirements

Support for servers, network switches, VoIP, and access points Compatibility with existing IT infrastructure UL 1778 compliance (or equivalent) New equipment only (no refurbished or used equipment) Delivery to Warm Springs, OR

NAICS CODE

The applicable NAICS code is anticipated to be:

334111 – Electronic Computer Manufacturing, or 335999 – All Other Miscellaneous Electrical Equipment and Component Manufacturing

(Size standard: [Insert as appropriate])

SUBMISSION REQUIREMENTS

All respondents are required to provide the following:

Capability Statement

<ul>
    <li>Demonstrate your company&rsquo;s ability to meet the requirements above</li>
    <li>Include experience with similar UPS systems (size, scope, federal/healthcare preferred)</li>
    <li>Identify OEM partnerships (e.g., Eaton, APC, Vertiv, etc.)</li>
    <li>Describe ability to provide required equipment and support</li>
</ul>
</li>
<li><strong>IEE Representation Form</strong>
<ul>
    <li>A signed copy of the <strong>Indian Economic Enterprise (IEE) Representation Form (attached). </strong></li>
    <li>Must demonstrate that the firm is:
    <ul>
        <li>At least <strong>51% owned by a federally recognized tribe or Native American/Alaska Native individual(s)</strong></li>
        <li>Managed and controlled by Native American/Alaska Native individuals</li>
    </ul>
    </li>
</ul>
</li>
<li><strong>Business Information</strong>
<ul>
    <li>Company name</li>
    <li>SAM UEI number</li>
    <li>Socioeconomic status (ISBEE, IEE, Small Business, etc.)</li>
    <li>Relevant contract vehicles (e.g., GSA, SEWP, CIO-CS)</li>
    <li>Point of contact information</li>
</ul>
</li>

IMPORTANT NOTE

This notice is specifically seeking Native American/Alaska Native-owned businesses in accordance with the Buy Indian Act. Vendors identifying as “Indian-owned” based on heritage from India do not meet the requirements of this Act.

SUBMISSION INSTRUCTIONS

Responses shall be submitted electronically via email to:

Jesse Weidow: Jesse.weidow@HHS.GOV

Subject Line: “SS-OMAS-IHS-WSSU-1525000 Response – WSSU UPS Replacement – [Company Name]”

Responses are limited to 10 pages maximum.

QUESTIONS

Questions regarding this notice may be submitted via email to the point of contact listed above.

CONCLUSION

The Government will use responses to this notice to determine whether there are sufficient qualified ISBEE or IEE vendors capable of meeting the requirement. This determination will inform the acquisition strategy, including potential set-aside decisions under the Buy Indian Act.

End of Notice

View original listing