Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Notice of Intent to Award / Sole Source - Pyxis Automated Dispensing Systems for controlled drugs & medication services - Tsaile Health Center

Active
THC_0002_2026Federal
AI Contract Overview
Show more

The Navajo Area Indian Health Service (IHS), through its Tsaile Health Center, plans to award a sole source, non-competitive purchase order to Carefusion Solutions LLC for the Pyxis Automated Dispensing Systems, which are specialized medical devices used for dispensing controlled drugs and medications. This intended award covers a base performance period from January 1, 2026, through December 11, 2026, with four additional one-year option periods available. The procurement is categorized under NAICS code 339112, corresponding to surgical and medical instrument manufacturing, with a designated small business size standard of 1,000 employees. This sole source action is justified on the grounds that Carefusion is the only qualified provider, as their proprietary Pyxis system is already fully installed and in use at Tsaile Health Center, integrated across related facilities including Chinle Comprehensive Health Care Facility and Pinon Health Center. Replacing or transitioning to an alternative system would disrupt continuity of care, operational workflow, and direct patient services, potentially compromising patient safety and inventory control. The Pyxis system functions as a high-capacity robotic prescription dispensing solution, automating drug counting, filling, labeling, and verification to meet pharmacy workflow demands. It supports up to 350 prescriptions per hour, accommodates various vial sizes, integrates barcode scanning technology for medication accuracy, and complies with HIPAA and Section 508/WCAG 2.0 accessibility standards. Delivery, installation, calibration, staff training, and ongoing technical support, including 24/7 remote assistance, are integral elements of the contract. The contract stipulates seamless system interoperability with existing health information systems such as RPMS and VistA, maintaining critical data sharing and operational continuity across multiple Indian Health Service facilities. The procurement process explicitly excludes competition unless compelling evidence is provided to demonstrate a benefit to the government. No formal solicitation will be issued, and responses to this notice will be considered solely to determine if competitive procurement is warranted in the future. Contract administration includes government oversight and acceptance at Tsaile Health Center, with invoicing conducted through the Invoice Processing Portal. This award ensures uninterrupted provision of essential pharmacy automation technology critical for effective controlled medication management within the Navajo Area IHS network.

General Info

Sole source purchase of Pyxis dispensing system by Navajo IHS for continuity, support, and patient safety.

Agency

Department Of Health And Human Services → Navajo Area Indian Health Svc

View Agency

NAICS

339112 - Surgical and Medical Instrument Manufacturing

View NAICS

Place of Performance

Tsaile, AZ, 86556, USA

Set-Aside

NONE
Documents(1)

Scope of Work for Pyxis Automated Dispensing Cabinet System Upgrade

PDFsow

AI Contract Breakdown
Uniform Contract Format

Sign up to view the full breakdown with detailed analysis of each section.

Timeline
Posted

Contract opportunity posted

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Health And Human Services → Navajo Area Indian Health Svc
Contacts1 person available
OfficeWINDOW ROCK, AZ, 86515, USA
Organization / Agency
Department Of Health And Human Services → Navajo Area Indian Health Svc
View Agency Profile
Office Address

WINDOW ROCK, AZ, 86515, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more

Notice of Intent to Award / Sole Source



The Navajo Area Indian Health Service, Tsaile Health Center intends to award a non-competitive, sole sourced purchase order to CAREFUSION SOLUTIONS LLC, for Pyxis Automated Dispensing Systems for controlled drugs & medication services.



The anticipated period of performance is from January 01, 2026 to December 11, 2026 with four one-year option periods. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112- Surgical and Medical Instrument Manufacturing with a small business size standard of 1,000 employees.



The Proposed Contractor is the only organization uniquely qualified to provide the required services to ensure that there is no interruption in services that could impact direct patient care.  The proposed contractor's equipment is currently on-site, fully installed, and is currently being used by Pharmacy staff to provide direct patient care services. Carefusion holds proprietary data and licensing rights to required system. The Pyxis safe is a highly specialist medical equipment allowing for direct patient care for IHS beneficiaries. Tsaile Health Center system is connected with Chinle Comprehensive Health Care Facility (CCHCF) and Pinon Health Center systems and changing out systems for each site would be detrimental and negatively impact direct patient care for each facility.



This notice of intent to award a sole source contract is not a request for competitive proposals. There will be no solicitation available for competitive quotes. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.  If no affirmative written response is received by Closing Date/Time, the contract will be issued without further notice.



A determination by the Government not to compete the proposed procurement base upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.  Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s

Similar Contracts

NAICS: 339112
New
State

IPV Machines

This contract involves the procurement of three units of a specific brand and model of Intermittent Positive Pressure Ventilation (IPV) machines, identified as MFR #K00065-US IPV 1-Airway Clearance devices. Each unit includes a dual gas US oxygen hose, a stand bracket kit, a 15-foot green oxygen hose with a 1/4" fitting, and a 48-inch universal stand with pole, designed to facilitate airway clearance, secretion mobilization, and lung recruitment in patients. The devices feature precise technical specifications, including compact dimensions of about 23.79 cm by 18.31 cm by 17.53 cm, a weight of 1.45 kg, and an operating range favoring typical indoor conditions with storage tolerance to broader temperature and pressure extremes. They operate on wall gas pressures between 47-80 psi with a minimum flow greater than 35 liters per minute, delivering pulses at variable frequencies and amplitudes to ensure effective therapy. Powered by two CR123A batteries, each device offers around 3,250 operational hours under standard conditions and requires annual preventive maintenance. The device includes the Phasitron® 5 with Unified Connector, supplied in cases of ten, which is a critical component ensuring responsiveness and compatibility. The solicitation for these IPV machines is managed by SUNY Westchester Community College, with a submission deadline in late March 2026. The procurement process follows detailed instructions outlined in Schedule A, emphasizing bid compliance with legal and ethical standards, anti-collusion, and equal opportunity policies, while encouraging participation from minority and service-disabled veteran-owned businesses. Pricing, delivery schedules, and certification requirements are clearly defined, with restrictions on bid withdrawals and considerations for tax exemptions. The contract ensures that the supplied equipment meets rigorous technical and operational standards aligned with healthcare requirements in New York, reinforcing both performance reliability and user safety.

SUNY Westchester Community College

POSTED

about 15 hours ago

DEADLINE

in 20 days

View Details
NAICS: 339112
New
Federal

FIRST AID KIT, GENER

This contract covers the procurement of general purpose first aid kits specifically designed as maritime assault medical kits with force protection features. Each kit includes a black maritime assault bag and a comprehensive set of medical supplies such as chest seal dressings, polycarbonate eye shield, triage resupply pack, combat application tourniquet, combat gauze, rolled gauze, emergency bandages, nasopharyngeal airway kit with lubricant, IV catheter kit, combat casualty reference card, large nitrile gloves, and a rescue hook. All items are marked with lot numbers and manufacture dates, ensuring traceability. The shelf life for these kits is set at 60 months (non-extendable), with delivery required no later than nine months from the date of manufacture. The contract requires packaging that meets commercial standards to protect contents during shipment, including sealed unit containers and suitable exterior shipping containers configured for safe and cost-effective transportation to the destination address aboard the USS Chung Hoon (DDG 93). Marking and labeling must conform to Medical Marking Standard No. 1, superseding MIL-STD-129. The acquisition is regulated by the FDA, and the contractor must supply detailed product information and comply with various technical and quality standards outlined by the Defense Logistics Agency. Delivery is required within 20 days of contract award, with a total quantity of 10 units ordered. Inspection and acceptance of goods will occur at the destination, and packaging must align with environmental and safety regulations for hazardous materials as applicable.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 19 hours ago

DEADLINE

in 5 days

View Details
NAICS: 339112
New
Federal

AIRWAY, NASOPHARYNGE

The contract calls for the supply of nasopharyngeal airways, specifically thin-wall, curved tubes sized at 26 French. These devices are made from soft PVC plastic, disposable, and sterile, packaged in sets of 10 each. The airways have an outer diameter of 8.6 mm and an inner diameter of 6.5 mm, featuring a fixed proximal flange, inner wall serrations, and a beveled tip for ease of insertion and patient comfort. Each package must have a shelf life of 60 months, and no more than nine months can have elapsed from the manufacturing date at the time of delivery to the government. Product labeling requirements include the National Stock Number (NSN), manufacturer and CAGE code, manufacture date, expiration or retest date, and contract or lot number to ensure traceability and compliance. The solicitation, identified by NSN 6515-01-129-5436, requests four packages of 10 airways each, with delivery expected within 20 days after award. The procurement adheres to specific technical and quality standards outlined in DLA’s master list of requirements, including packaging provisions and handling of non-accepted supplies. The contract is managed by the Medical Supply Chain Directorate under the Department of Defense, with performance located at Fort Drum, NY. Interested bidders are required to specify the source and part number of the items offered, with the primary point of contact being James Burke Jr. from DLA, who can be reached via email or phone for further inquiries.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 19 hours ago

DEADLINE

in 5 days

View Details