Opportunity

SAM #246-26-Q-0018

Cardiac Monitoring System Replacement for Lawton Indian Hospital

Buyer

Oklahoma City Area Indian Health Service

Posted

May 13, 2026

Respond By

May 27, 2026

Identifier

246-26-Q-0018

NAICS

334510, 423450, 541512, 339112, 541690

The Indian Health Service (IHS), part of the Department of Health and Human Services, is seeking sources to provide and install a comprehensive cardiac monitoring system at Lawton Indian Hospital in Lawton, Oklahoma. - Government Buyer: - Department of Health and Human Services, Indian Health Service, Lawton Service Unit - Products and Equipment Requested: - Central nurse station units (2 total; 1 for Med/Surg Inpatient Unit, 1 for Emergency Department), each capable of monitoring 16 patients - Bedside monitors (19 total; 6 for Med/Surg, 10 for Emergency, 2 for Post-anesthesia Care Unit, 1 for GI Lab) - Telemeters (4 for Med/Surg Inpatient Unit) - Transport monitor with charging cradle (1) - EtCO2 sensors (2 total; 1 for Emergency Department, 1 for GI Lab) - Roll stands (6 for Med/Surg Inpatient Unit) - Batteries (6 for Med/Surg Inpatient Unit) - BP cuffs, cables, ECG accessories for all relevant units - Services Required: - Delivery, installation, and system testing at Lawton Indian Hospital - Onsite training for operators, management, and administrators - Education and support for hospital users during implementation and for the life of the equipment - Software updates and upgrades for the life of the equipment - Annual support agreement for ongoing system support - Unique/Notable Requirements: - All equipment and software must be compatible with Cerner EMR - Compliance with Section 508 accessibility standards - Preference for Indian Economic Enterprises (IEE) under the Buy Indian Act - Capability statements required from interested vendors - No specific OEMs or part numbers are specified, but the system must integrate with Cerner EMR and support hospital-wide monitoring needs.

Description

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable.

The Government is seeking to identify businesses capable of performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice should submit their capability statement. Instructions for submission are outlined below.

Indian Small Business Economic Enterprises (ISBEEs) and other small business are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company’s capability, experience, and ability to provide Cardiac Monitors for the Lawton Indian Hospital in Lawton, OK.

The Government requests interested parties submit a written response to this notice, which includes:

a. Company Name.

b. Company Socioeconomic Status.

c. Company System for Award Management (SAM) Unique Entity Identifier (UEI) number.

d. Company point of contact, mailing address, and telephone number(s), and website address

e. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.

f. DUNS Number:

g. Cage Code:

h. Tax ID

i. Date submitted.

j. Applicable company GSA Schedule number or other available procurement vehicle.

k. Company’s System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/.

Disclaimer and Important Notes. This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

How to respond: Please include the notice 246-26-Q-0018 in the subject line. Responses must be submitted via email to Contract Specialist, Edson Yellowfish at Edson.Yellowfish@ihs.gov no later than 4:30 PM CST on May 27, 2026.

Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is five (5) pages.

View original listing