Opportunity
SAM #1521517PAWNEE
Cardiac Holter and Event Monitoring Devices and Services for Pawnee Indian Health Center
Buyer
Oklahoma City Area Indian Health Service
Posted
May 14, 2026
Respond By
May 21, 2026
Identifier
1521517PAWNEE
NAICS
621999, 334510
The Indian Health Service (IHS), part of the Department of Health and Human Services, is seeking cardiac Holter and event monitoring solutions for the Pawnee Indian Health Center in Oklahoma. - Government Buyer: - Department of Health and Human Services, Indian Health Service, Pawnee Indian Clinic - Products and Services Requested: - Cardiac Holter monitors (24-48 hour) and event monitors (up to 30 days) - Mobile cardiac telemetry monitors with wireless, waterproof patch recording and pacemaker pulse detection - Software for rapid (within 1 hour) download, processing, and reporting of ECG data; must be HIPAA compliant and include updates at no extra cost - Accessories such as adhesive and additional leads to support approximately 250 (24-48 hour) and 150 (30-day) patients per year - Interpretation and reporting services, with electronic posting of data and analysis within 1 hour - Training for clinical staff on device and software use, maintenance, and cleaning - Customer support, notifications, and updated operator manuals within 10 days of release - Unique/Notable Requirements: - Devices must support both 24-48 hour and 30-day monitoring on the same unit - Must store 100% of ECG data and allow for emergency event communication - Software and data transfer must be HIPAA compliant - Section 508 accessibility compliance required - Training and customer support included - Quantities: - 250 units/year for 24-48 hour monitoring - 150 units/year for 30-day monitoring - Period of Performance: - Base year plus four 12-month option years (up to 5 years total) - Set-aside for Service Disabled Veteran-Owned Small Businesses - Place of Performance: - Pawnee Indian Health Center, Pawnee, Oklahoma - No specific OEMs or vendors are named in the solicitation
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number IHS1521517PAWNEE is issued as a request for quotation (RFQ), for Cardiac Holter Monitors and Event Monitors.
This acquisition is a Service Disabled Veteran – Owned Small Business set-aside. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
The product service code (PSC) for this acquisition is 6515 and the North American Industry Classification System (NAICS) code is 621999 with a size standard of $15 Million.
This RFQ contains TEN (10) Line Items:
CLIN DESCRIPTION QTY UNIT Unit Price TOTAL
0001 06/01/2026 – 05/31/2027 The contractor shall provide
24 to 48 hour complete holter monitoring services in 250 EA
accordance with the attached Statement of Work.
0002 06/01/2026 – 05/31/2027 The contractor shall provide
complete 30 day Holter Monitoring services in 150 EA
accordance with the attached Statement of Work.
OPTION YEAR 1
0003 06/01/2028 – 05/31/2029 The contractor shall provide
complete holter monitoring services, software, and 250 EA
accessorie in accordance with the Statement of Work.
0004 06/01/2028 – 05/31/2029 The contractor shall provide
complete 30 day Holter Monitoring services in 150 EA
accordance with the attached Statement of Work.
OPTION YEAR 2
0005 06/01/2029 – 05/31/2030 The contractor shall provide
complete holter monitoring services, software, and 250 EA
accessories in accordance with the Statement of Work.
0006 06/01/2029 – 05/31/2030 The contractor shall provide
complete 30 day Holter Monitoring services in accordance 150 EA
with the attached Statement of Work.
OPTION YEAR 3
0007 06/01/2030 – 05/31/2031 The contractor shall provide
complete holter monitoring services, software, and 250 EA
accessories in accordance with the Statement of Work.
0008 06/01/2030 – 05/31/2031 The contractor shall provide
complete 30 day Holter Monitoring services in accordance 150 EA
with the attached Statement of Work.
OPTION YEAR 4
0009 06/01/2031 – 05/31/2032 The contractor shall provide
complete holter monitoring services, software, and 250 EA
accessories in accordance with the Statement of Work.
0010 06/01/2031 – 05/31/2032 The contractor shall provide
complete 30 day Holter Monitoring services in 150 EA
accordance with the attached Statement of Work.
PERIOD OF PERFORMANCE: BASE PLUS FOUR OPTION YEARS
LOCATION: PAWNEE INDIAN HEALTH CENTER – 1201 HERITAGE CIRCLE PAWNEE, OK 74058
Vendor Requirements: SEE ATTACHED SPECIFICATIONS SHEET
Submit Quotes no later than: 05/21/2026 10:00a.m. CDT to the Following Point of Contact: Ronay Burns, Contract Specialist, via Email: Ronay.Burns@ihs.gov.
Evaluation: FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services. (Deviation Date)
(a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:
LOWEST PRICE TECHNICALLY ACCEPTABLE
DELIVERY TIME
<ul>
<li>Contractor can deliver monitors in 2 days or leave a supply on hand at the facility</li>
</ul>
</li>
<li><strong>TECHNICAL CAPABILITIES</strong>
<ul>
<li>Must provide both 24-48 hours Holter monitoring and up to 30 day event monitoring
<ul>
<li>Can be on the same device</li>
<li>Ability to store 100% of the ECG data in the device(s); no event can be lost due to memory limitations.</li>
<li>Communicate emergency events</li>
</ul>
</li>
<li>Method to download data and reports to IHS, either from a portal, interface, or local software
<ul>
<li>Ability to analyze all ECG data over the monitoring period.</li>
<li>Contractor must post data, analysis, and interpretation</li>
<li>Interpretation completed by contractor</li>
</ul>
</li>
</ul>
</li>
<li><strong>PRICING</strong>
<ul>
<li>Pricing will be evaluated by multiplying the quantity of the individual items below by the price and then adding all the prices together for a cumulative price.</li>
</ul>
</li>
<li><strong>PAST PERFORMANCE</strong>
<ul>
<li>Provide a minimum of 3 contracts providing the same services.</li>
</ul>
</li>
(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s).
(c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The Government contemplates award of a base plus four option years contract resulting from this solicitation pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.
VENDORS SHALL SUBMIT THE FOLLOWING:
COMPLETED PRICE SCHEDULE (TO INCLUDE OPTION PERIODS)
ADDITIONAL DOCUMENTS NEEDED IN ORDER TO DETERMINE ABILITY TO MEET THE TECHNICAL REQUIREMENTS
PROVISIONS: The following FAR and HHSAR provisions apply to this solicitation:
FAR 52.212-1, Instructions to Offeror- Commercial Products and Commercial Services (Deviation Date); FAR 52.204-7 System for Award Management—Registration; FAR 52.225-2, Buy American Certificate; HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise set-aside; HHSAR 352.226-7, Indian Economic Enterprise Representation;
CLAUSES: The Following FAR and HHSAR Clauses Apply to This Solicitation:
FAR 52.212-4, Contract Terms And Conditions—Commercial Products And Commercial Services (Deviation Aug 2025); FAR 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-13, System For Award Management Maintenance (Nov 2025); FAR 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (Nov 2015);
FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2020); FAR 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (NOV 2020);
FAR 52.219-33, Nonmanufacturer Rule (Deviation Date); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation With Authorities And Remedies (Deviation Date); FAR 52.222-36 Affirmative Action For Workers With Disabilities (Jun 2020); FAR 52.222-50 Combating Trafficking In Persons (Nov 2021); FAR 52.223-23, Sustainable Products And Services (Deviation Date); FAR 52.225-1, Buy American-Supplies (Deviation Date); FAR 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (May 2024); FAR 52.232-33 Payment By Electronic Funds Transfer— System For Award Management (Oct 2018); FAR 52.247-64, Preference For Privately Owned U.S.-Flag Commercial Vessels (Deviation Date); HHSAR 352.226-1, Indian Preference. (Deviation); HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations; HHSAR 352.232-71, Electronic Submission Of Payment Requests;
FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): https://www.acquisition.gov/far or https://www.acquisition.gov/hhsar
(End of Clause)
FAR 52.217-8, Option to Extend Services (Nov 1999)
The Government May Require Continued Performance of Any Services Within the Limits and At the Rates Specified in the Contract. These Rates May Be Adjusted Only as a Result of Revisions to Prevailing Labor Rates Provided by the Secretary of Labor. The Option Provision May Be Exercised More Than Once, But the Total Extension of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise the Option by Written Notice to the Contractor Within 10 days.
(End of Clause)
FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 10 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and six months.
(End of clause)
HHSAR 352.224-71, Confidential Information. (Deviation) (Feb 2024)
(d) Government furnished or provided information: For information provided by or on behalf of the government—
(1) The publication or dissemination of the following types of information are restricted under this contract: none.
(2) The reason(s) for restricting the types of information identified in subparagraph (d)(1) is/are: none.
“System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (ronay.burns@ihs.gov)
All contractors must be registered in the System for Award Management database located at https://www.sam.gov when submitting an offer or quotation. Please submit the following information with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation insufficient detail to determine technical acceptability. Failure to provide sufficient technical details may result in rejection of your quote.