Clinical Chemistry Analyzer Lease and Support (Dry Chemistry)
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 Portland Area Indian Health Service (PAIHS) is conducting a Sources Sought to identify responsible vendors capable of providing a Clinical Chemistry Analyzer Lease and Support solution for multiple Indian Health Centers in Oregon, Washington, and Idaho. This market research aims to gather information on vendor capabilities and determine the appropriate acquisition method, including potential set-asides. Responses are due by Friday, March 20, 2026, at 5:00 PM Pacific Time (PT).
Scope of Work
PAIHS seeks a solution for Chemawa Indian Health Center (Salem, OR), Yakama Service Unit (Toppenish, WA), Warm Springs Service Unit (Warm Springs, OR), and Fort Hall Service Unit (Fort Hall, ID). The primary requirement is for the Western Oregon Service Unit (WOSU), which includes:
- Continuous lease/rental and full-service support for the currently installed Vitros 5600 clinical chemistry analyzer.
- Supply of all required reagents, calibrators, controls, and consumables.
- Preventive and corrective maintenance, remote and on-site technical support.
- A single planned analyzer replacement (swap) around June 2028, including installation, parallel testing, and removal of the legacy unit.
- Ensuring the replacement analyzer maintains the full test menu capabilities (dry chemistry/waterless methodology).
- CLIA compliance support, quality management documentation, and limited training.
- Interface compatibility with Government's instrument manager (Data Innovations) and Electronic Health Record / RPMS.
- A no-cost contingency solution for testing interruptions.
- 24/7 telephone technical assistance and next business day on-site service.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Period of Performance: Base year starting April 2026, with up to four (4) one-year option periods.
- NAICS Code: 532490 – Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Small Business Size Standard: $40.0 million (average annual receipts)
- Response Due: March 20, 2026, 5:00 PM PT
- Published: March 13, 2026
Purpose of Sources Sought
This notice is to obtain information regarding the availability and capability of qualified businesses, including various small business types (HUBZone, SDVOSB, VOSB, 8(a), WOSB, SDB, ISBEE, IEE). Responses will assist the Government in determining the appropriate acquisition method, including potential set-asides, and will be used for market research. Preference will be given to Indian Small Business Economic Enterprises (ISBEE) and/or Indian Economic Enterprises (IEE), as applicable, in accordance with the Buy Indian Act (25 U.S.C. 47).
Submission Requirements
Interested parties must be registered in SAM.gov. Responses should include:
- Business Name, Point of Contact, UEI.
- Business Size (SMALL or LARGE) and Type (e.g., NATIVE OWNED/ISBEE/IEE, SDVOSB, 8(a)).
- Demonstration of capability and capacity to provide the required solution.
- If applicable, GSA Multiple Award Schedule (MAS) contract number and relevant SIN(s). Submissions must be sent electronically via email to jacob.blalock@ihs.gov in MS Word or PDF format. The email subject line must be: "75H71326Q00022 – Sources Sought Response".