Shiprock Service Unit - Infusion Pumps for Labor and Delivery Epidural Analgesia
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Indian Health Service (IHS), Shiprock Service Unit, is conducting market research through a Sources Sought Notice to identify capable firms for the provision, installation, and training of epidural infusion pumps for labor and delivery epidural analgesia. Specifically, they are seeking CADD-Solis Ambulatory infusion systems and related software and accessories. This notice primarily targets Indian-owned economic enterprises (IEE/ISBEE), but other capable firms are also invited to respond. Responses are due by April 30, 2026.
Scope of Work
The requirement is for epidural infusion pumps that safely administer epidural analgesia for obstetric patients, supporting continuous epidural infusion and patient-controlled epidural analgesia (PCEA). Minimum requirements include:
- Infusion System Pumps: CADD-Solis Ambulatory (Grey)
- Software: Medication Safety Software License – CADD-Solis
- Implementation: Pharm Guard Non-Wireless Implementation
- Accessories: CADD-Solis AC Adapter with Power Cord, Polie Mount Adapter, and Lockable Pole Mount Bracket.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Primarily Indian Economic Enterprise (IEE) under the Buy Indian Act. Responses from other firms will be considered for set-aside programs under the Small Business Act.
- NAICS: 339112 - Surgical and Medical Instrument Manufacturing (Small Business Size Standard: 1000 employees)
- Response Due: April 30, 2026, 4:30 p.m. MST
- Published: April 24, 2026
Submission Requirements
Interested parties should submit responses to Karen James at karen.james@ihs.gov with the subject line "SSN: SS-SRSU-26-0027". Submissions must include:
- Company Profile: UEI, Name, Address, Primary POC, business size, type of ownership, socio-economic status (e.g., 8(a), WOSB, SDVOSB, HUBZone), identification of Native American ownership, and SAM.gov representations/certifications.
- Capability Statement: A brief statement demonstrating the company's ability to meet the government's requirements, including past performance or established contracts (e.g., GSA, VA Schedule).
- IEE Representation Form: Indian-owned Small Business Economic Enterprises (ISBEEs) and Indian-owned Economic Enterprises (IEEs) must submit a completed IHS IEE Representation Form (attached to the original notice). This form is for self-certification of IEE status under the Buy Indian Act.
Additional Notes
This is not a solicitation; information collected is for market research to determine the acquisition strategy, including competition and set-asides. The government assumes no financial responsibility for response costs. Offerors must be registered in SAM.gov at the time of offer/quotation and award. Telephone inquiries will not be accepted.