Sources Sought: Annual fired alarm testing and inspection at thirteen IHS health care facilities in North Dakota and South Dakota.
Sources Sought Notice Number: IHS-SS-26-1517426
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 Enterprise (ISBEE) or 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 561621, Security Systems Services (Except Locksmiths)- other relevant NAICS codes will be considered based on responses received.
BACKGROUND
The Indian Health Service (IHS) requires periodic inspections is to assure that obvious damages or changes that might affect the system(s) operability are visually identified. It is vital to have the inspection and testing required by code to ensure continued accreditation by the Center for Medicare and Medicaid Services and the Joint Commission of our facilities.
OBJECTIVE
The primary objective of this project is to provide an annual inspection and testing of the fire alarm systems within health care facilities located throughout the Great Plains Area Indian Health Service (North Dakota and South Dakota). The purpose for periodic testing is to statistically assure operational reliability.
Locations
This service is to be provided at multiple locations: Belcourt and Ft. Yates, North Dakota, Eagle Butte, Fort Thompson, Kyle, Lower Brule, McLaughlin, Mobridge, Pine Ridge, Rosebud, Sisseton, Wagner, and Wanblee, South Dakota.
Please review the attached Sources Sought notice for further details.
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: 561621, Security Systems Services (Except Locksmiths), or comparable NAICS.
5. Any other information that may be helpful in developing or finalizing 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 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.
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-26-1517426 in the Subject line. The due date for receipt of statements is October 24, 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.