Sources Sought: SMAART©- Picture Archiving and Communications System (PACS) service and support agreement with licensing and servicing of applications located at multiple facilities in the Great Plains Area Indian Health Service area of responsibility.
Sources Sought Notice Number: IHS-SS-26-1519103
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Economic Enterprises (IEE) Businesses.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 541512, Computer Systems Design Services- other relevant NAICS codes will be considered based on responses received.
1.0 BACKGROUND
The Great Plains Indian Health Service (IHS) healthcare facilities operate SMAART© Medical Systems, Inc. Picture Archiving and Communications System equipment. The service and support were previously provided under contracts 75H70620P00158 and 75H70625P00287.
2.0 OBJECTIVE
The primary objective of this project is to provide net connection to the PACS data center, including software updates and revisions for security and functionality. Provide the SMAART© Medical Systems, Inc. SMAART©-Share service application to enable cloud-based image sharing using QR-Codes to access radiological exams and documents from GPA, IHS provided data storage (VNA).
Location
Service Unit
Ft. Yates & McLaughlin
Lower Brule Health Center
Pine Ridge Hospital
Rosebud Hospital
Wagner Health Center
Woodrow Wilson Keeble Health Center
Quentin N Burdick Memorial Hospital
Ft. Thompson Health Center
Cheyenne River Health Center
3.0 SCOPE
CONTRACT REQUIREMENTS AND PERSONNEL QUALIFICATIONS
• Existing PACS Provider: SMAART© Medical Systems is the current provider for the PACS, and they will remain in place for the duration of the contract or award. This means that any future system or bidder must be compatible with SMAART© PACS.
• Licensure and Access Requirements: Any bidder must demonstrate valid licensure and the technical capability to access both the SMAART© PACS system and its associated technologies, including SMAART© Share. This is to ensure the integration and functionality of any new system or service.
• Software Protection: The software associated with SMAART© Medical Systems is protected by U.S. copyright law and international treaties, so bidders would need to respect these legal protections. As a result, detailed proprietary information about the software may not be available for review.
4.0 TYPE OF ORDER
This is a firm fixed price purchase order.
5.0 ANTICIPATED PERIOD OF PERFORMANCE
Base Period of Performance: 01/01/2026 to 12/31/2026.
Option Year One: 01/01/2027 to 12/31/2027.
Option Year Two: `01/01/2028 to 12/31/2028.
Option Year Three: 01/01/2029 to 12/31/2029.
Option Year Four: 01/01/2030 to 12/31/2030.
6.0 PLACE OF PERFORMANCE
Service Unit Address
Ft. Yates & McLaughlin 10 N. River Rd Ft. Yates, ND 58538
Lower Brule Health Center 601 Gall Street Lower Brule, SD 57548
Pine Ridge Hospital 1 HWY 18 Pine Ridge, SD 57770
Rosebud Hospital 400 Soldier Creek Dr Rosebud, SD 57570
Wagner Health Center 111 Washington Ave NW Wagner, SD 57380
Woodrow Wilson Keeble Health Center 100 Lake Traverse Drive Sisseton, SD 57262
Quentin N Burdick Memorial Hospital 1300 Hospital Loop Belcourt, ND 58316
Ft. Thompson Health Center 1323 Bia 4 Ft. Thompson, SD 57339
Cheyenne River Health Center 24276 166th St Eagle Butte, SD 57625
7.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
DELIVERABLE DELIVERABLE DESCRIPTION / FORMAT REQUIREMENTS DUE DATE
Coverage and support of PACS Service and support for PACS at all locations noted in the contract 12/31 of the contract year
Software and firmware updates Timely updates and upgrades to minimize downtime of equipment. As required during the contract year
8.0 PAYMENT
The Government will pay the Contractor a fixed price in arrears, which will constitute full compensation for all Contractor professional and incidental services, travel expenses, and materials necessary to complete the requirements as specified in the SOW.
Additional Information: Failed component replacement and repairs will not be included within the contractor’s responsibilities unless the failure of components is the result of the contractor’s activities.
9.0 Capability Statement/Information:
Interested parties are expected to review this notice to familiarize themselves with the requirements of this project. 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 difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts.
2. Information in sufficient detail of the respondent’s (a) current capability and capacity to perform the work; (b) prior completed projects of similar nature/size; (c) any relevant past performance ratings for similar projects within the last three years.
3. The respondents’ SAM UEI number, organization name, address, point of contact, and size and type of business (e.g., ISBEE/IEE, 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 541512, Computer Systems Design Services, or comparable NAICS.
4. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition.
5. 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.
6. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly 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 in a confidential manner.
10.0 Closing Statement
Point of Contact: Erin Doering, Contract Specialist, at Erin.Doering@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to Erin Doering at Erin.Doering@ihs.gov . Must include Sources Sought Number IHS-SS-26-1519103 in the Subject line. The due date for receipt of statements is December 5, 2025, 4:00 p.m. Central Time.
All responses must be received by the specified due date and time in order to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.
IHS does not intend to award a contract on the basis of responses nor 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 as a result of 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 otherwise pay for the information provided in response. 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 that 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 under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in 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.