Non-PSC Pharmacist Services for the Northern Navajo Medical Center
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 through a Sources Sought Notice to identify capable firms for Non-PSC Pharmacist Services at the Northern Navajo Medical Center in Shiprock, NM. The primary focus is on Indian-owned, economic enterprises (IEE) or small (ISBEE), though other capable firms are also invited to respond. This is not a solicitation, but information gathered will inform the acquisition strategy, including potential set-asides. Responses are due by Friday, March 20, 2026, at 12:00 PM MDT.
Purpose
This notice serves as market research to identify potential sources for pharmacist services. The Contracting Officer will prioritize responses for Buy Indian Act (25 U.S.C. 47) opportunities, followed by set-aside programs under the Small Business Act (41 U.S.C. 3104). The goal is to determine the most effective acquisition strategy.
Scope of Work
Provide Non-PSC Pharmacist Services for the Pharmacy Department at the Northern Navajo Medical Center. The applicable NAICS code is 561320 Temporary Health Services with a small business size standard of $34M. The Product Service Code is Q517 Pharmacy Services.
Submission Requirements
Interested parties must submit a response via email to Cornelius Tsipai (cornelius.tsipai@ihs.gov) with the subject line "SS-SRSU-26-0015". Submissions must include:
- Company Profile: UEI, Name and Address, Primary POC, business size and ownership type, 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 demonstrating the company's ability to perform the described services, including current/past performance or established contracts (e.g., GSA, VA Schedule).
- For ISBEEs and IEEs: A completed IHS IEE Representation Form (attached to the original notice) in accordance with HHSAR 326.606-1(b).
Offerors must be registered in SAM.gov at the time of submission and award.
Timeline & Contact
- Response Due: Friday, March 20, 2026, 12:00 PM MDT
- Published Date: March 14, 2026
- Contact: Cornelius Tsipai (cornelius.tsipai@ihs.gov)
Important Notes
This is for market research only; it is not a solicitation. The government assumes no financial responsibility for costs incurred in responding. Telephone inquiries will not be accepted, and no feedback or evaluations will be provided on submissions.