Vital Sign Monitor Replacement
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 Department of Health and Human Services (HHS), Indian Health Service (IHS), Navajo Area Indian Health Service is soliciting quotes for the procurement of six (6) Vital Signs Monitors and six (6) compatible mobile stand mounting systems for the Crownpoint Healthcare Facility in Crownpoint, NM. This is a Buy Indian Act Set-Aside, exclusively for Indian Owned Small Business Economic Enterprises (ISBEE). Quotes are due March 25, 2026, at 12:00 PM MT.
Scope of Work
The requirement is for the procurement and delivery of six vital signs monitors and six mobile stand systems. The government's current configuration utilizes the Welch Allyn Connex® 360 Vital Signs Monitor, Model 95MXT-B, and offerors may propose brand name or equal products meeting specified salient characteristics. Key characteristics include:
- Minimum 12-inch color touchscreen display.
- Measurement capabilities: SpO₂, Pulse Rate, Respiration Rate (RRp), and Non-Invasive Blood Pressure (NIBP).
- Configurable Early Warning Score (EWS) protocols (e.g., MEWS, PEWS, NEWS2).
- Wired Ethernet and/or Wi-Fi capability supporting TLS 1.3 secure communications and WPA3 wireless security.
- Compatible mobile stand with locking casters, cable management, and power cord routing.
- AC power input 100–240V, 50/60 Hz per manufacturer specifications.
- FDA-cleared Class II medical device with UL or equivalent safety certification. Installation, configuration, network integration, commissioning, and infrastructure modifications are explicitly excluded from this requirement.
Contract & Timeline
- Opportunity Type: Solicitation (Request for Quote - RFQ)
- Set-Aside: Buy Indian Act, Indian Small Business Economic Enterprise (ISBEE)
- NAICS Code: 334510 (Medical And Surgical Instruments, Equipment, And Supplies)
- Delivery: Within 60 calendar days after award, FOB Destination, to the designated Government facility in Crownpoint, NM.
- Warranty: Minimum one (1) year manufacturer’s warranty covering parts and labor, starting upon Government acceptance.
Submission & Evaluation
Offerors must submit a complete response by March 25, 2026, at 12:00 PM MT. Required submissions include:
- Technical specification sheets for all proposed equipment.
- Warranty documentation detailing terms and coverage.
- Firm-fixed price proposal inclusive of all equipment and mobile stands.
- Delivery timeline from date of award. Award will be made using Lowest Price Technically Acceptable (LPTA) source selection procedures. Technical capability will be evaluated on an Acceptable/Unacceptable basis, with the award going to the lowest-priced, technically acceptable offeror whose price is determined to be fair and reasonable.
Additional Notes
Offerors must complete and submit the Indian Health Service (IHS) Buy Indian Act Indian Economic Enterprise Representation Form to self-certify eligibility. Successful offerors must be registered with the System for Award Management (SAM) and submit invoices electronically through the Invoice Processing Platform (IPP) at www.ipp.gov.