SOURCES SOUGHT
99 -- Data Ray D3 to D4 Software Upgrade With RPMS Compatibility for Quentin N Burdick Memorial Health Care Facility (QNBMHCF)
- Notice Date
- 12/3/2025 9:37:04 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
- ZIP Code
- 97209
- Solicitation Number
- IHS-SS-26-1518980
- Response Due
- 12/17/2025 10:00:00 AM
- Archive Date
- 01/01/2026
- Point of Contact
- Farrah Azure
- E-Mail Address
-
farrah.azure@ihs.gov
(farrah.azure@ihs.gov)
- Small Business Set-Aside
- IEE Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services)
- Description
- Sources Sought: Data Ray D3 to D4 Software Upgrade With RPMS Compatibility for Quentin N Burdick Memorial Health Care Facility (QNBMHCF) Sources Sought Notice Number: IHS-SS-26-1518980 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), or Other Small 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 541511, Custom Computer Programming Services - other relevant NAICS codes will be considered based on responses received (such as conference centers, etc.) 1.0 BACKGROUND The IHS is an agency within the Department of Health & Human Services and 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 (12) 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 19 Indian Health Service Units and Tribal Managed Service Units to provide health care to approximately 130,000 Native American located in North Dakota, South Dakota, Nebraska, and Iowa. QNBMHCF falls under the GPAO and provides medical care to approximately 14,550 tribal members living on the Turtle Mountain Indian Reservation. The Service Unit was built in 1967 with renovation and clinic expansion completed in 1992, to provide an expanded level of outpatient health care services specifically designed to meet the needs of our population. Services include: 24 Hour Emergency Services, Laboratory, Radiology (CAT Scan & Mobile MRI) and 24-Hour Pharmacy Services, Optometry, Dental, Clinic, Emergency, Podiatry, Same Day Clinic, and Behavioral Health. 2.0 OBJECTIVE This requirement is for the DataRay D3 to D4 software upgrade for existing DataRay interfaces. The Government anticipates a potential brand-name requirement due to compatibility with existing government-owned hardware located at the Quentin N. Burdick Memorial Health Care Facility in Belcourt, ND. 3.0 SCOPE The Government is conducting market research to identify potential sources capable of providing DataRay D3 to D4 software upgrade with RPMS compatibility that is compatible with existing Government-owned DataRay interfaces. This upgrade may constitute a brand-name requirement due to proprietary compatibility restraints. 4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS (1) Brand-name requirement: The upgrade must be DataRay or a fully compatible equal capable of performing a seamless upgrade from DataRay D3 to DataRay D4. (2) Compatibility with existing interfaces: The software must integrate with the Government�s currently installed DataRay hardware and interface modules. (3) RPMS Compatibility: The upgraded system must be fully compatible with the Resource and Patient Management System (RPMS) environment, including existing workflow and data exchange formats. (4) Installation support and licensing as needed for complete operational implementation. 5.0 TYPE OF ORDER This is a firm fixed price purchase order. 6.0 ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance will consist of a base period of ninety (90) days after date of award. 7.0 PLACE OF PERFORMANCE Quentin N Burdick Memorial Health Care Facility 1300 Hospital Loop Belcourt, ND 58316 8.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE N/A 9.0 PAYMENT Payment will be rendered once all supplies are shipped and accounted for and invoice is uploaded into IPP to be paid. 10.0 Capability Statement/Information: Interested parties are expected to review this notice 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: 541511, Custom Computer Programming 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. 11.0 Closing Statement Point of Contact: Farrah Azure, Purchasing Agent, at Farrah.Azure@ihs.gov Submission Instructions: Interested parties shall submit capability via email to Farrah Azure, at Farrah.Azure@ihs.gov . Must include Sources Sought Number IHS-SS-26-1518980 in the Subject line. The due date for receipt of statements is December 17, 2025, 12:00 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7408eda4c49d48b19da7f8b399b7897f/view)
- Place of Performance
- Address: Belcourt, ND 58316, USA
- Zip Code: 58316
- Country: USA
- Zip Code: 58316
- Record
- SN07656906-F 20251205/251203230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |