SOURCES SOUGHT: Firm Fixed price, Non-Personal service type, Commercial item purchase to provide radiographic reading /intertretation services for the Fort Thompson Indian Health Service, 1323 BIA Route 4, PO Box 200, Fort Thompson, SD
SOURCES SOUGHT NOTICE #: 03620250001B
This Sources Sought notive is for informational and planning purposes only and shall not be construed as a solicitation, obligation, or commitment by the Indian Health Service. This notice is strictly for market research to determine the availability of Indian Economic Enterprises.
Your responses to the requested information will help the Government determine the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 62199-All Other Ambulatory Health Care Services; howecer, other relevant NAICS codes will be considered based on the responses received.
1.0 BACKGOUND
Firm-Fixed Price, Non-Personal Serice type, Connmercial item purchase to provide radiogaphic reading/intpretation services for the Fort Thompson Indian Health Services, 1323 BIA Route 4, PO Box 200 Fort Thompson, SD .
2.0 OBJECTIVE:
The primary objective of this project is to provide radiographic/interpretive services.
3.0 SCOPE
See the attached Technical description.
4.0 CONTRACT REQUIREMENTS/ AND PERSONAL QUALIFICATIONS
The contractor is required to follow all federal, state, and local requirements pertaining to Radiographic Reading and Interpretations.
5.0 TYPE OF ORDER
This is a Firm-Fixed Price (FPP) Purhase Order
6.0 ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: One-year base, plus four one-year options
7.0 PLACE OF PERFORMANCE:
Fort Thompson Service Unit (FTSU) Fort Thompson IHS Clinic Radiology Department, 1323 BIA Rpite 4, Fort Thompson, South Dakota
8.0 PAYMENT
INVOICE SUBMISSION AND PAYMENT
In compliance with the Office of Management and budget (OMG) M-15-19 memorandum Improving Governement Efficiency and Saving Taxpayer dollars Through Electronic Invoicing, direting Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests.
IPP is a secure, web-based electornic invoicing system provided by the U.S.Department of the Treasuruy's Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is registered to use IPP, you will not be required to re-egister. However, we encourage you to ensure that your organization's designated IPPuser accounts are valid and up to date.
The IPP website address is : https://www.ipp.gov
Please contact the IPP Helpdesk at (866)973-3131 (M-F 8am to 6pm ET) or IPP Customer Support @fiscal.treasury.gov if you require assistane registering or IPP account access.
9.0 CAPABILITY STATEMENT /INFORMATION
Interested parties are expected to review this notice to familiarize themselves with the project's requirements. Failure to do so will be at your firm's own risk. The following information shall be included in the capability statement.
1. a general overview of the respondent's opinions about the potential requirement's fifficulty and /or feasibility, as well as any information regarding innovative ideas or concepts.
2. Information in sufficient detail of the repondent's (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/sze; (c) organizational experience and management capability; and (d) examples of prior completed Govern ment contracts and other related information.
3. To be considered capable of fulfilling this requirement, evidence of an offeror's ability to fully satisfy the requirements described above must be provided.
4. the respondents'Unique Entity Identifier (UEI) number, organization name, address, point of contact, and business size and type (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System {NAICS) code 518210 {Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services) or comparable NAICS. To be considered capable of fulfilling this requirement, evidence of an offerer's ability to fully satisfy the requirements described above must be provided. The respondents' Unique Entity Identifier {UEI) number, organization name, address, point of contact, and business size and type {e.g., S{a),
5. Any other information that may help develop or finalize the requirements of the potential acquisition.
6. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single space and using a 12-point font size minimum in either Microsoft Word or Adobe Portable Document Format (PDF), with 8 1/2 by 11-inch paper size and 1- inch top, bottom, left, and right margins.
7. All proprietary information should be marked as such. Statements should also indicate current certified small business status; this indication should be marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by IHS personnel and will be held confidential.
Closing Statement
Point of Contact: Donna Ducheneaux, Purchasing Agent at Donna.Ducheneaux@ihs.gov; Alternate: Mitchell Franklin, COR II at Mitchell.Franklin@ihs.gov.
Submission Instructions:
Interested parties should submit their capabilities via email to Donna Ducheneaux at Donna.Ducheneaux@ihs.gov. Must include Sources Sought Number 03620250001a in the Subject line. The due date for receipt of
-
- statements is September 11, 2025, at 12:00 p.m. Central Time.
All responses must be received by the specified due date and time to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or obligation by IHS. •
IHS does not intend to award a contract based on responses or otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise due to a response to this notice or IHS's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or pay for the information provided in response to this notice. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is not obligated to acknowledge receipt of the information received or provide feedback to respondents concerning any information submitted. After reviewing the responses received, a pre-solicitation synopsis and solicitation may be published on SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.