The Albuquerque Area Indian Health Service (AAIHS), Albuquerque Area Office (AAO) hereby submits a Notice of Intent to award a sole source, firm-fixed price, contract with one base year and four option years for Proficieny Testing and Accreditation Fees for the AAIHS Labororty departments. This sole source contract will be awarded to College of American Pathologists, UEI: C23QW5U7MQB6.
The requirement is for the provision of Proficiency Testing (PT) materials and enrollment in a CMS approved PT program, as mandated for laboratories performing clinical diagnostic testing under the Clinical Laboratory Improvement Amendments (CLIA). The supplies and services include the PT events, test materials, reporting processes, scoring, and performance evaluations associated with CMS PT program participation.This request is for a sole-source contract to the College of American Pathologists (CAP) for Proficiency Testing (PT) materials and enrollment required for CLIA certified laboratories.
The College of American Pathologists (CAP) is a longstanding and CMS approved Proficiency Testing (PT) provider that fully meets the requirements established by the Centers for Medicare & Medicaid Services (CMS) under the Clinical Laboratory Improvement Amendments (CLIA). CAP is recognized and accepted as an approved PT vendor by all major laboratory accreditation programs and is one of the limited entities authorized by the U.S. Department of Health and Human Services (HHS) to furnish PT services for CLIA certified laboratories.
Under 42 CFR Part 493, Subpart H, all CLIA certified laboratories performing clinical diagnostic testing on human specimens are required to participate in a CMS approved proficiency testing program (42 CFR 493.901). In addition, PT programs themselves must comply with all standards and requirements set forth in Subpart I—Proficiency Testing Programs for Nonwaived Testing, which restricts eligibility to entities specifically approved by HHS.
Period of Performance is for one base year and four option periods;
Base Year: 03/24/2026- 03/23/2027
Option Year 1: 03/24/2027- 03/23/2028
Option Year 2: 03/24/2028- 03/23/2029
Option Year 3: 03/24/2029- 03/23/2030
Option Year 4: 03/24/2030- 03/23/2031
The estimated total value is below the simplified acquisition threshold.
The sole source contracting action is pursuing a waiver from placing an order on a competitive basis pursuant to FAR 6.302-1, only one responsible source and no other supply or service will satsify agency requirements and is based on market research.
Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the agency.
The determination not to compete the proposed action is solely within the discretion of the Government. Information received normally will be considered for the purpose of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs incurred for responding to this notice.
This is not a request for quotes or proposals.
Questions or comments to this Notice of Sole Intent should be directed to the Contracting Officer, Stephanie Begay, via email Stephanie.Begay3@ihs.gov.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.