Gallup Indian Medical Center - Point of Care Ultrasound Units
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), Gallup Service Unit, is conducting a Sources Sought market research effort to identify prospective sources for Point of Care Ultrasound Units. This initiative aims to procure eight (8) portable ultrasound machines for the Gallup Indian Medical Center (GIMC) and the Tohatchi Health Center (THC). The market research will inform the acquisition strategy, including competition, potential set-asides, and the identification of Indian-owned economic enterprises. The applicable NAICS code is 334510 – Electromedical and Electrotherapeutic Apparatus Manufacturing. Responses are due by May 15, 2026.
Scope of Requirement
The requirement is for eight (8) portable point-of-care ultrasound machines: seven (7) for GIMC and one (1) for THC. These units will be utilized across various departments, including Emergency, Internal Medicine, Family Medicine, Anesthesiology, Intensive Care Unit, and general outpatient care. Equipment must meet specific technical requirements, such as DICOM compatibility, USB/wireless data transfer, and AI-assisted tools. The contractor will be responsible for installation, training, and removal of old equipment. Key performance standards include system reliability, Uninterruptible Power Supply (UPS), comprehensive training, and a detailed five (5) year cost of ownership. Special requirements include a five (5) year total care program (mail-in exchanges/repairs), ten (10) years of manufacturer support, software/hardware updates, and validation letters for service representatives. Delivery is required within thirty (30) days after receipt of a purchase order to Gallup, NM.
Submission Instructions
This is a market research notice, not a solicitation. Interested parties qualified to perform these services should submit a response to Stephen Silversmith, Contract Specialist, at Stephen.Silversmith@ihs.gov by May 15, 2026. The subject line must be "SSN – GIMC-IHS1520951". Submissions must include:
- Company Profile: UEI, Name, Address, Primary POC, business size, type of ownership, socio-economic status (e.g., 8(a), WOSB/EDWOSB, SDVOSB, HUBZone), identification of Native American ownership (if applicable), and SAM.gov representations/certifications.
- Capability Statement: A brief statement relating to the government requirement, including current/past performance and established contracts (e.g., GSA or VA Schedule).
- IEE Representation Form: If claiming Indian-owned Small Business Economic Enterprise (ISBEE) or Indian-owned Economic Enterprise (IEE) status, the completed IHS IEE Representation Form (attached) is required. Offerors must be registered in SAM.gov at the time of offer submission. Telephone inquiries will not be accepted.
Set-Aside & Eligibility
While no specific set-aside is declared at this market research stage, the notice explicitly aims to identify Indian-owned economic enterprises. The attached IHS IEE Representation Form is crucial for bidders seeking to qualify under the Buy Indian Act. Offerors must self-certify that they meet the definition of an "Indian Economic Enterprise" at the time of offer, award, and throughout contract performance. Submission of false or misleading information is subject to legal penalties.
Timeline
- Response Due Date: May 15, 2026
- Published Date: May 12, 2026