Opportunity

SAM #HHS-OMAS-26-1519994

Sole Source Renewal of iCAD AI Mammography Software Licenses for Federal Hospital

Buyer

Department of Health and Human Services

Posted

April 02, 2026

Respond By

April 12, 2026

Identifier

HHS-OMAS-26-1519994

NAICS

511210, 513210

This opportunity involves a sole source procurement by the Department of Health and Human Services (HHS) for AI mammography software licenses at a federal hospital. - Notice of intent to award a sole source, firm-fixed-price contract to iCAD, Inc. - Renewal and continuation of iCAD 2D/3D Detection Per Exam Licenses for 3D Mammography (Digital Breast Tomosynthesis) - Includes software upgrades and support - iCAD, Inc. is the only vendor capable of providing the proprietary, FDA-cleared AI platform - Software is essential for radiologists' interpretation and continuity of patient data - Ensures compliance with HIPAA and maintains diagnostic accuracy and security - No other vendors or part numbers specified; switching vendors would pose unacceptable risks - Period of performance: 12-month base period plus four 12-month option years - Place of performance: Fort Belknap Hospital, Harlem, MT - Contracting office: Hubert H. Humphrey Building, Washington, DC

Description

Notice of Intent to award on a Sole Source Basis

Title: Notice of Intent to Award a Sole Source for iCAD AI Mammography Software Licenses

Notice Number: HHS-OMAS-26-1519994

Agency: Department of Health and Human Services, Indian Health Service (IHS)

Contracting Office: HHS – Office of Mission Acquisition Solutions

Product Service Code (PSC): DA10 (IT and Telecom - Business Application/Application Development Software as a Service)

NAICS Code: 513210 (Software Publishers)

Place of Performance: Fort Belknap Hospital, 669 Agency Main St, Harlem, MT 59526

Set Aside: Not Applicable (Sole Source)

Response Date: 04/12/2026 1:00 PM MST

Description

This is a Notice of Intent to negotiate on a sole source bases for a firm-fixed-price purchase order to iCAD, Inc., 900 Kent Ave, Nashua, NH 03063.

The Indian Health Service (IHS) has a requirement for the renewal and continuation of iCAD 2D/3D Detection Per Exam Licenses for its 3D Mammography (Digital Breast Tomosynthesis) suite.

Requirement Details:

The required service provides an essential Artificial Intelligence (AI) platform that serves as a concurrent reading tool to aid Radiologists in the interpretation of mammogram studies. The service includes critical software upgrades necessary to maintain the system’s diagnostic accuracy and security.

The period of performance for this award is anticipated to be one 12-month base period with four 12-month options: Base Year: TBD Upon Award - Option Year 1: TBD - Option Year 2: TBD - Option Year 3: TBD - Option Year 4: TBD

Justification for Sole Source:

iCAD, Inc. is the only source capable of providing the required services for the following reasons:

Proprietary Technology: The AI software is a proprietary program owned and developed exclusively by iCAD, Inc. Its specific, FDA-cleared deep-learning algorithm is unique intellectual property. No other vendor is licensed to sell, distribute, or provide the mandatory software upgrades for this system.

Continuity of Service and Patient Data: The existing iCAD cloud service hosts historical patient imaging data (Protected Health Information - PHI). Migrating this sensitive data to an alternative vendor would present an unacceptable risk of data loss or corruption, which would compromise the continuity of patient care and the integrity of longitudinal diagnostic studies.

Avoidance of Unacceptable Risk and Cost: Switching to another source would require a complex, high-risk, and cost-prohibitive data migration project. This would cause significant operational downtime in the radiology department and introduce substantial HIPAA security risks. Continued service with the incumbent provider is the only method to avoid these risks.

This is a Notice of Intent, not a request for quotation (RFQ). A solicitation document will not be issued, and quotations will not be requested. This notice is not a request for competitive quotes. However, all responsible sources who believe they can meet the requirement as stated herein may submit a capability statement, proposal, or quotation which shall be considered by the agency. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government.

Submission Instructions:

Interested parties must identify their interest and capability to respond to this requirement by the response date. All responses should be submitted electronically to the primary point of contact listed below. The response should include sufficient technical information to allow for a Government review and determination of capability.

Primary Point of Contact:

Jesse Weidow

Contract Specialist

Office of Mission Acquisition Solutions (OMAS) 

Office of Acquisitions (OA) | Assistant Secretary for Financial Resources (ASFR)

U.S. Department of Health and Human Services 

Jesse.Weidow@hhs.gov 

12.201-1, Simplified procedures

12.205 Solicitation provisions and contract clauses.

41 USC 1901: Simplified acquisition procedures

52.212-1, Instructions to Offerors—Commercial Products and Commercial Services

17.203 Solicitation provisions and contract clauses.

52.217-3, Evaluation Exclusive of Options

52.217-4, Evaluation of Options Exercised at Time of Contract Award

52.217-5, Evaluation of Options

52.217-8, Options to Extend Services

52.217-9, Option to Extend the Term of the Contract

View original listing