Opportunity

SAM #SS-IHS1523194

Annual Renewal of 3M Advanced Analyzer Software for Indian Health Service Facility

Buyer

OMAS STRATEGIC BUYING CENTER - INFORMATION TECHNOLOGY

Posted

March 27, 2026

Respond By

March 30, 2026

Identifier

SS-IHS1523194

NAICS

541519, 541512, 541511

This opportunity is for the annual renewal of 3M Advanced Analyzer Software at the Quentin N. Burdick Memorial Health Care Facility, part of the Indian Health Service (IHS) in Belcourt, North Dakota. - Government Buyer: - Department of Health and Human Services (HHS) - Indian Health Service (IHS) - Quentin N. Burdick Memorial Health Care Facility - OEM Highlight: - 3M Health Information Systems - Vendors Mentioned: - 3M Health Information Systems (OEM) - Products/Services Requested: - 3M Advanced Analyzer Software annual renewal license - Includes coding and reimbursement tools: ICD-10 code finder, DRG finder, CPT finder, clinical analyzer, DRG reimbursement calculations, coding reference library - Quantity: 1 annual license - Training services for Medical Records Department staff on software usage - Quantity: 1 training session - Unique/Notable Requirements: - Compliance with HIPAA, HITECH, and the Privacy Act - Maintenance of patient confidentiality and IT security standards - Services provided remotely - Seeking responses from Indian Small Business Economic Enterprises (ISBEE) and Indian Economic Enterprises (IEE) - Contract Structure: - Firm Fixed Price task order - 12-month base period with four option years - Place of Performance: - Quentin N. Burdick Memorial Health Care Facility, Belcourt, North Dakota

Description

Sources Sought: 3M Advanced Analyzer Software for the Department of Health and Human Services (DHHS) Indian Health Service (IHS) Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota. Sources Sought Notice Number: SS-IHS1523194 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) and Indian Economic Enterprises (IEE). 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 541519 - Other Computer Related Services-Information Technology Value Added Resellers.

SECTION C - Description/Specifications 1 BACKGROUND The mission of the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota is to provide quality health care services to the Native American population on the Turtle Mountain Indian Reservation. The 27-bed facility is known as the Belcourt Indian Health Service or the Belcourt Service Unit. The Belcourt Medical Records Department is in need of an annual renewal of 3M Health Information Systems used for providing an inclusive package license for coding and reimbursement resources for the Medical Records Departments at the Quentin N Burdick Memorial Health Care Facility in Belcourt, ND. 2 TYPE OF CONTRACT The contract type awarded will be a Firm Fixed Price (FFP) task order. 3 OBJECTIVES The objective of this requirement is to procure specified Coding and Reimbursement resources for the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota. 4. PERIOD OF PERFORMANCE The Government will award a task order for a 12-month period, base plus four (4) option periods starting 4/1/2026 – 3/31/2027. 5. PLACE OF PERFORMANCE Services shall be provided remotely and/or contact the COR (TBD) via Email to determine delivery: TBD 6. CAPABILITY STATEMENT / INFORMATION Interested parties are requested to submit a capability statement for market research purposes only, in accordance with FAR Part 10 and the FAR Revolutionary Overhaul (RFO) emphasis on commercial-first acquisition strategies. Responses shall address the following areas to assist the Government in assessing the availability of commercially available medical claims transmission and remittance solutions: 6.1. Commercial Capability Overview Describe your company’s commercially available 3M Licensing for Coding and Reimbursement Software, including coding ICD-10; code finder, DRG finder. CPT finder, clinical analyzer and DRG reimbursement calculations. 6.2. Alignment with Government Objectives Provide a high-level description of how your commercial solution could support the objectives described in this Sources Sought Notice. A draft Statement of Work (SOW) is provided for reference only to illustrate the Government’s anticipated operational environment and scope; respondents are required to meet all draft SOW elements at this stage. 7. SECURITY AND COMPLIANCE The Contractor is responsible for maintaining adequate resources and equipment to meet performance objectives. If a problem arises with the coding and reimbursement software, it will be immediately communicated to the Health Information Management Administrator, or her designee at the Quentin Burdick Memorial Health Care Facility. The Contractor is responsible for maintaining patient confidentiality and adhering to the IT rules of behavior, Privacy Act of 1974, the Health Insurance Portability & Accountability Act (HIPAA) of 1996 and the Health Information Technology for Economic and Clinical Health (HITECH) Act, enacted as part of the American Recovery and Reinvestment Act of 2009. 8. SMALL BUSINESS STATUS Provide business size and socioeconomic status (e.g., ISBEE, IEE, Small Business, 8(a), HUBZone), along with your UEI, organization name, address, and point of contact. The anticipated NAICS code for this requirement is 541519 - Other Computer Related Services-Information Technology Value Added Resellers. 9. ADDITIONAL INFORMATION Provide any additional information that may assist the Government in refining its acquisition strategy or determining whether a competitive set-aside or other RFO-aligned commercial approach is appropriate. 10. CLOSING STATEMENT Point of Contact: Reyes Rodriguez Salinas, Contracting Officer, at reyes.rodriguezsalinas@hhs.gov.  Submission Instructions: Interested parties shall submit capability via email to reyes.rodriguezsalinas@hhs.gov. Must include Sources Sought Number SS-IHS1523194 in the Subject line and complete the attached IEE Representation Form. The due date for receipt of statements is March 30, 2026, 22:00 p.m. EST. 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 HHS. HHS/OMAS 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, HHS/OMAS 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 HHS shall arise as a result of a response to this notice or HHS’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. 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.

View original listing