Opportunity
SAM #SS-26-PHX-020
Core Strengths / SDI 2.0 Platform Subscription and Support for Phoenix Area Indian Health Service
Buyer
IHS Phoenix Area Office
Posted
April 16, 2026
Respond By
April 23, 2026
Identifier
SS-26-PHX-020
NAICS
541611
The Phoenix Area Indian Health Service (IHS), under the Department of Health and Human Services, is seeking information from vendors for a brand-name Core Strengths / Strength Deployment Inventory (SDI) 2.0 platform subscription and related services. - Government Buyer: - Indian Health Service (IHS), Phoenix Area Indian Health Service (PAIHS) - OEM Highlight: - Crucial Learning is the specified Original Equipment Manufacturer (OEM) - Vendors must be authorized by Crucial Learning if not the OEM - Products and Quantities: - Core Strengths / SDI 2.0 platform subscription (up to 2,500 users per year) - 1 subscription per year for 3 years (base + 2 option years) - SDI 2.0 Assessment Credits - 878 credits (base year) - 878 credits (option year 1) - 877 credits (option year 2) - Access to SDI-related tools, user guides, and training materials - Services Requested: - Implementation and customer support services, including platform setup, administrative access, ongoing technical support, and training materials - Unique/Notable Requirements: - Brand-name only (Core Strengths / SDI 2.0 by Crucial Learning) - Platform must support enterprise-wide use, team comparisons, consolidated reporting, and portability of results across multiple IHS locations - Priority for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act - Firm-Fixed-Price contract with a base year and two option years - Period of Performance: - Three years total: base year (12 months) plus two 12-month option years - Key Locations: - Multiple IHS facilities across Arizona, Utah, and Nevada, including Phoenix, Fort Duchesne, Sacaton, Wadsworth, Polacca, Parker, Whiteriver, Winterhaven, and Elko
Description
NOTICE TYPE: Sources Sought / Market Research Notice ID: SS-26-PHX-020
1. PURPOSE
This is a Sources Sought Notice issued for market research purposes only in accordance with FAR Part 10. This is not a solicitation and does not constitute a commitment by the Government.
The Phoenix Area Indian Health Service (IHS) is conducting market research to determine the availability and capability of:
Indian Small Business Economic Enterprises (ISBEE) Other Small Business Concerns Other than Small Business Concerns
capable of providing a brand-name requirement for:
Core Strengths / Strength Deployment Inventory (SDI) 2.0 platform subscription, assessment credits, and associated support services (OEM: Crucial Learning).
The Government intends to use the results of this notice to determine the appropriate acquisition strategy, including potential set-aside determinations under the Buy Indian Act and/or FAR Part 19.
2. REQUIREMENT OVERVIEW
The Government anticipates awarding a Firm-Fixed-Price (FFP) contract with:
Base Year: 12 months; two 12-month Option Years
The Contractor shall provide a three-year subscription/licensure solution that includes:
SDI 2.0 assessment credits Annual subscription access to the Core Strengths platform (Business Plan up to 2,500 users) Reporting, team analytics, and data export capabilities Access to SDI-related tools, user guides, and training-support materials Implementation and customer support services
The platform must support enterprise-wide use, including portability of individual results, team comparisons, and consolidated reporting across multiple locations.
3. IMPORTANT BRAND-NAME NOTICE
This requirement is for a brand-name product:
Core Strengths / Strength Deployment Inventory (SDI) 2.0 Original Equipment Manufacturer (OEM): Crucial Learning
Interested vendors must demonstrate their capability to provide the required SDI 2.0 platform, licensing, assessment credits, and associated services.
Vendors who are not the OEM (Crucial Learning) shall provide documentation (e.g., Letter of Supply or authorization letter) from Crucial Learning confirming their authorization to provide the required SDI 2.0 products and services to the Federal Government. Responses that do not include proof of authorization may be considered non-responsive.
4. TECHNICAL CAPABILITY REQUIREMENTS
Interested firms must demonstrate capability to provide:
A. Platform and Licensing
Access to the SDI 2.0/Core Strengths platform Subscription licensing supporting up to 2,500 users Annual assessment credits
B. Functional Capabilities
Electronic administration of assessments Individual and team reporting Portability of user profiles across teams Consolidated analytics across multiple locations Exportable data (e.g., PDF, CSV/Excel formats)
C. Implementation and Support
Platform setup and administrative access Ongoing customer and technical support Access to training-support materials and user guides
D. Experience and Past Performance
Experience providing SDI 2.0/Core Strengths or equivalent OEM-authorized solutions Experience supporting enterprise-wide implementations Experience with Federal or healthcare organizations (preferred but not required)
5. NAICS CODE
NAICS Code: 541611 – Administrative Management and General Management Consulting Services Size Standard: $24.5M
Respondents may recommend an alternative NAICS code with justification.
PSC Code: R408 – Program Management/Support Services
6. BUY INDIAN ACT NOTICE AND DEFINITIONS
The IHS Contracting Officer will give priority to Indian Small Business Economic Enterprises (ISBEE) in accordance with the Buy Indian Act.
This Sources Sought Notice is being issued, in part, to determine whether this requirement may be set aside for ISBEE firms.
Respondents asserting ISBEE status shall:
Identify ownership and control structure Demonstrate compliance with ISBEE requirements Describe how the firm will perform the primary and vital contract requirements Identify subcontractors and percentage of work to be performed
7. SUBMISSION INSTRUCTIONS
Responses shall not exceed 7 pages and shall include:
Company name, address, and SAM UEI number Business size and socioeconomic status Capability statement addressing Sections 3 and 4 Proof of authorization from Crucial Learning (if not OEM) FSS Contract Number, if applicable Relevant past performance
Submit responses electronically to:
Dekovan Cook Supervisory Contract Specialist Dekovan.Cook@ihs.gov
Subject Line: SS-26-PHX-020 Core Strengths / SDI 2.0 Sources Sought – PAIHS
Submission Deadline: As stated in SAM.gov
Interested parties are encouraged to review the attached draft Statement of Work (SOW) for detailed requirements.
8. DISCLAIMER
This notice is for planning purposes only and does not constitute a solicitation. The Government will not reimburse any costs incurred in responding.
The Government reserves the right to determine the appropriate acquisition strategy based on responses received.
END OF NOTICE