Blanket Purchase Agreement (BPA) for 3M Medical Solution Products for Wound Care Department at NNMC
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 via a Sources Sought Notice to identify capable firms for a Blanket Purchase Agreement (BPA) for 3M Medical Solution Products for the Wound Care department at Northern Navajo Medical Center (NNMC) in Shiprock, NM. Responses are due by March 31, 2026, 12pm MST.
Scope of Work
The requirement is for a BPA to provide 3M Medical Solution Products specifically for the Wound Care department. The attached "KCI USA Inc - Authorized Price List.pdf" details specific 3M products under SIN A-19, including items like Fistula Wound Crown, ActiV.A.C. Therapy Units, SNAP BRIDGE DRESSING KITS, V.A.C. GranuFoam Dressing, and Prevena Incision Management Systems, with varying shelf lives.
Contract & Timeline
- Type: Sources Sought / Market Research (not a solicitation)
- Period of Performance (anticipated BPA): Base plus Four Option Years
- Set-Aside: The Contracting Officer will first consider responses from Indian-owned, economic enterprises (IEE) or small (ISBEE) under the Buy Indian Act (25 U.S.C. 47), then for set-aside programs under the Small Business Act (41 U.S.C. 3104). Other capable firms are also invited to respond.
- NAICS Code: 339113 – Surgical Appliance and Supplies Manufacturing (800 employees size standard)
- Response Due: March 31, 2026, 12pm MST
- Published: March 24, 2026
Submission Requirements
Interested parties must submit a response to William Lee at William.Lee@ihs.gov with the subject line "SS-SRSU-26-0021". Submissions must include:
- Company Profile: UEI, Name and Address, Primary POC, business size, type of ownership, socio-economic status (e.g., 8(a), WOSB, SDVOSB, HUBZone), identification of Native American ownership, SAM.gov representations and certifications, and other related documentation.
- Capability Statement: A brief statement relating to the described government requirement, potentially including current/past performance or established contracts (e.g., GSA/VA Schedule).
- IHS IEE Representation Form: Indian-owned Small Business Economic Enterprises (ISBEEs) and Indian-owned Economic Enterprises (IEEs) must also submit the attached IHS IEE Representation Form, which is a self-certification of eligibility under the Buy Indian Act.
Additional Notes
This notice is for market research only to determine the acquisition strategy. 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, and no feedback will be provided.