FULL AND OPEN - OCAO IHS CHEMISTRY ANALYZER COST PER TEST REQUIREMENT
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 U.S. Indian Health Service (IHS) Oklahoma Area Office (OCAO) is seeking a Chemistry Analyzer Cost Per Test Leasing Agreement through a Full and Open competition. This combined synopsis/solicitation (RFQ 246-26-P-0010) aims to secure equipment, services, maintenance, and supplies for clinical chemistry analysis at multiple IHS facilities. Quotes are due by May 8, 2026.
Scope of Work
The requirement is for a comprehensive Cost-Per-Test chemistry analyzer agreement. This includes providing chemistry analyzers capable of performing a wide range of tests (General Chemistry, Drugs of Abuse, Therapeutic Drug Monitoring, Cardiac Assays, Diabetic Assays, and Communicable Disease testing), with features like workflow prioritization, minimal reagent preparation, and 3-point calibrations. Both smaller footprint analyzers (<100,000 tests/year) and larger footprint systems (>100,000 tests/year) are required, with specific size constraints.
The scope also covers furnishing all necessary reagents and supplies for routine operation, patient sample testing, calibrations, quality control, and proficiency testing. Services include installation, setup, on-site studies (correlations, calibrations, precision, linearity, and AMR), preventative and corrective maintenance, 24/7 technical support (with 24-hour on-site response if remote resolution is not possible), and initial and annual operator training. Ancillary equipment such as computers, printers, UPS power supplies, and water systems must be included, along with vendor responsibility for building and maintaining the interface with the LIS (RPMS) system. Services are required at IHS facilities in Oklahoma, Kansas, and potentially other locations.
Contract Details
- Contract Type: Firm-fixed-priced Indefinite Delivery/Indefinite Quantity (IDIQ) contract.
- Period of Performance: A base period from July 1, 2026, to June 30, 2027, followed by four one-year option periods.
- Set-Aside: Full and Open competition.
- Product Service Code: 6640 - Laboratory Equipment And Supplies.
- Place of Performance: Multiple IHS facilities in Oklahoma, Kansas, and potentially other locations.
Submission & Evaluation
- Submission Deadline: Quotes must be submitted no later than May 8, 2026, to Edson Yellowfish via email (Edson.Yellowfish@ihs.gov).
- Submission Requirements: Offerors must provide a completed Price Schedule (including all option periods) and documentation demonstrating technical qualifications. Registration in SAM.gov is mandatory. No fax submissions will be accepted.
- Evaluation Criteria: Proposals will be evaluated based on Technical Qualifications, Past Performance, and Pricing. Technical Qualifications and Past Performance are considered significantly more important than Pricing. Technical and Past Performance will be rated on a scale of 1 (Unacceptable) to 5 (Excellent), while Pricing will undergo a price/cost analysis.
Special Requirements & Notes
Contractor personnel must comply with HSPD-12 for access, adhere to tobacco/smoke-free environment policies, and follow security protocols including contacting the government POC upon arrival. Confidentiality of OCAO operations is required. Service representatives must be trained and certified by instrument manufacturers. Indian Preference clauses (HHSAR 352.226-1 and 352.226-2) apply.