Sources Sought: Area-Wide Picture Archive and Communication System (PACS) Server Replacement for 7 locations within the Great Plains Area Indian Health Service (GPAIHS), Clinical Engineering Department, Aberdeen, South Dakota.
Sources Sought Notice Number: SS-26-IHS-1520980
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 Small Businesses Economic Enterprises (ISBEE) and Indian Economic Enterprises.
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 423450 – Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers.
1.0 BACKGROUND
The Indian Health Service (IHS) an agency within the Department of Health & Human Services is responsible for providing federal health services to American Indians and Alaska Natives. The Indian Health Service provides a comprehensive health service delivery system for approximately 1.9 million American Indians and Alaska Natives who belong to 567 federally recognized tribes, in 35 states. The Indian Health Service Headquarters is located in Rockville, MD and then divided into twelve physical areas: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland and Tucson.
The Great Plains Area Office (GPAO) works in conjunction with its 19 Indian Health Service Units and Tribal Managed Service Units to provide health care to approximately 122,000 Native American located in North Dakota, South Dakota, Nebraska, and Iowa. The Area Office’s service units include seven hospitals, eight health centers, and several smaller health stations and satellite clinics.
2.0 OBJECTIVE
To provide Dell PowerEdge Servers for use by the Indian Health Service (IHS) Clinical Engineering Department. This equipment will be used for the testing, verification, and calibration of medical devices in IHS healthcare facilities to ensure patient safety, regulatory compliance, and optimal equipment performance. The contractor shall provide the services and equipment for the Great Plains Area IHS (GPAIHS), Biomedical Engineering Department, Aberdeen, South Dakota for the period of performance of this contract.
3.0 SPECIFICATIONS
EQUIPMENT: Brand Name or Equal
Dell PowerEdge Servers – See complete specifications on pages 5 through 8
PowerEdge R360 Server, 4TB 7.2K RPM SATA 6Gbps 512n 3.5in
PowerEdge R360 Server, 12TB 7.2K RPM SATA 6Gbps 512n 3.5in
PowerEdge R760 Rack Server, 20TB Hard Drive SATA ISE 6Gbps 7.2K 512e 3.5in OxSim Flex w/ PowerEdge R760 Rack Server, 16TB Hard Drive SAS 12Gbps 7.2K 512e 3.5in
The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW).
4.0 TYPE OF ORDER
The award for this service will be a Firm Fixed-Price, Commercial Item, Delivery/Task Order or Purchase Order to provide Picture Archive and Communication System (PACS) Server Replacements for 7 locations within the Great Plains Area Indian Health Service (GPAIHS), Aberdeen, South Dakota.
5.0 ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: Date of award through 90 days.
6.0 PLACE OF PERFORMANCE
Multiple Delivery points:
1. Pine Ridge Hospital, 607 Indian Health Rd, Pine Ridge, SD 57770 (Loading dock available)
2. Fort Thompson IHS Health Center, 1323 BIA Route 4, Fort Thompson, South Dakota
3. Fort Yates Hospital, 10 Standing Rock Avenue, Fort Yates, North Dakota 58538
4. Lower Brule Indian Health Center, 601 Gall Street, Lower Brule, SD 57548
5. Woodrow Wilson Keeble Memorial Health Care Center, 100 Lake Traverse Drive, Sisseton, South Dakota 57262
6. Wagner Clinic, 111 Washington Ave NW, Wagner SD, 57380
7. Rosebud Service Unit, 400 Soldier Rd, Rosebud, South Dakota 57570
7.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
- Dell PowerEdge Servers (see attached configurations documents) Hardware for configuration of the Smaart Medical Systems, PACS application.
8.0 PAYMENT
Invoices submitted under any award will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests”.
All payments are due and payable upon receipt of complete and accurate invoices and in accordance with the Prompt Payment Act. Invoices shall be submitted with all information and supporting documentation. A complete and accurate invoice is substantially correct in that all aspects of the required information are clearly evident on the invoice and submitted through the Invoice Processing Platform (IPP.gov) with a copy to Michael Wenk (COR), Biomedical Equipment Support Specialist, or his designee.
9.0 Capability Statement/Information:
Interested parties are expected to review this notice and attached statement of work to familiarize itself 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 events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information.
3. The respondents’ UEI number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 334515 – Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals.
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, 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: Wenda Wright, Contract Specialist, at wenda.wright@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to Wenda Wright, Contract Specialist, at wenda.wright@ihs.gov. Must include Sources Sought Number SS-26-IHS-1520285 in the Subject line. The due date for receipt of statements is January 28, 2026, 12:00 p.m. Central Standard Time (CST).
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.