Closed Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    VITAL SIGN MONITOR REPLACEMENT

    Sol. 75H71026Q00083SolicitationSet-aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)WINDOW ROCK, AZ
    Closed
    STATUS
    Closed
    closed Mar 25, 2026
    POSTED
    Mar 18, 2026
    Publication date
    NAICS CODE
    334510
    Primary industry classification
    PSC CODE
    6515
    Product & service classification

    AI Summary

    The Department of Health and Human Services requires quotes from Indian Owned Small Business Economic Enterprises for the procurement of six vital signs monitors and compatible mobile stands. The monitors must meet specific technical requirements and be delivered within 60 days of award. This opportunity is set aside under the Buy Indian Act.

    Contract details

    Solicitation No.
    75H71026Q00083
    Notice Type
    Solicitation
    Set-Aside
    Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
    Posted Date
    March 18, 2026
    Response Deadline
    March 25, 2026
    NAICS Code
    334510AI guide
    PSC / Class Code
    6515
    Primary Contact
    Marshall Arviso
    State
    AZ
    ZIP Code
    86515
    AI Product/Service
    product

    Description

    **THIS IS A BUY INDIAN SET ASIDE per Buy Indian Act, 25 U.S.C. 47 and only quotes from Indian Owned Small Business Economic Enterprises (ISBEE) will be accepted.

    1.0 DESCRIPTION OF REQUIREMENT

    The Government requires the procurement and delivery of six (6) Vital Signs Monitors and six (6) compatible mobile stand mounting systems (cart-based solution).

    The Government’s current configuration utilizes the Welch Allyn Connex® 360 Vital Signs Monitor, Model 95MXT-B. Offerors may propose the brand name or equal products meeting the salient characteristics identified herein.

    Installation, configuration, network integration, commissioning, and infrastructure modifications are not included in this requirement.

    2.0 SALIENT CHARACTERISTICS (Brand Name or Equal)

    Minimum 12-inch color touchscreen display.

    Measurement capabilities: SpO₂, Pulse Rate, Respiration Rate (RRp), and Non-Invasive Blood Pressure (NIBP).

    Configurable Early Warning Score (EWS) protocols (e.g., MEWS, PEWS, NEWS2).

    Wired Ethernet and/or Wi-Fi capability supporting TLS 1.3 secure communications and WPA3 wireless security.

    Compatible mobile stand with locking casters, cable management, and power cord routing.

    AC power input 100–240V, 50/60 Hz per manufacturer specifications.

    FDA-cleared Class II medical device.

    UL or equivalent safety certification.

    3.0 DELIVERY REQUIREMENTS

    Delivery shall occur within 60 calendar days after award to the designated Government facility.

    The Contractor shall deliver all equipment FOB Destination unless otherwise specified.

    4.0 WARRANTY REQUIREMENTS

    The Contractor shall provide a minimum one (1) year manufacturer’s warranty covering parts and labor. Warranty coverage shall begin upon Government acceptance. Warranty documentation shall be provided at delivery time.

    The period of performance (or delivery) is 60 days after award.  Delivery is FOB Destination

    Key dates

    1. March 18, 2026Posted Date
    2. March 25, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    VITAL SIGN MONITOR REPLACEMENT is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.