Notice of Intent - Blanket Purchase Agreement
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.
The Indian Health Service, Navajo Area, Shiprock Service Unit in Shiprock, New Mexico intends to restrict competition and place a single award Blanket Purchase Agreement (BPA) with Hologic, Inc (UEI: WHWJBKU5SX73) for supplies on an as needed basis to support the existing Hologic Fluent Fluid Management, NovaSure, and Myosure systems. The projected period of performance is:
Base Period: Approximately 04/01/2026-03/31/2027
Option Period One to Four: consecutive 12-month periods following the Base Period, up to 60 months total.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 325413 – In-Vitro Diagnostic Substances, Reagents, Test Kits and Sets with a Small Business Administration size standard of 1,250 employees.
In accordance with RFO 12.102, for acquisitions valued at or below the simplified acquisition threshold, competition will be restricted due to existing Hologic equipment or instruments at NNMC that are only compatible with Hologic supplies. The use of non-OEM sources would void warranties and break configuration control. OEM is the only responsible source maintaining these.
This Notice of Intent to Restrict Competition is not a request for quotations and a solicitation will not be issued in conjunction with this Notice of Intent. Any vendor that believes it can provide the stated services may provide a capability statement. Verbal responses are not acceptable and will not be considered. Responses to this notice shall be submitted no later than 10:00 AM (MST) on 1/22/2026 via email to Dallas.Begay@ihs.gov.
A determination by the Government on whether to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competition or proceed with a single-source award.
Primary Point of Contact:
Dallas Begay, Procurement Technician
Email: Dallas.Begay@ihs.gov