Active Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES
AI Summary
The Indian Health Service is seeking qualified vendors to provide medical physics testing services for the Wagner IHS Healthcare Center. This Sources Sought Notice aims to gather information for future acquisition planning, focusing on Indian Economic Enterprises. Interested parties should respond to assist in determining the appropriate acquisition method.
Sources Sought: Medical Physics Testing Services for Radiology Department at the Wagner IHS Healthcare Center
Sources Sought Notice Number: IHS-WAG-26-1525908
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).
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 541690, Other Scientific and Technical Consulting Services $19.
This is a non-personal services contract to provide medical physics services for the Wagner IHS Health Center. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
2.0 OBJECTIVE
Locate eligible and qualified IEE vendors able to provide Firm Fixed-Price, Non-Personal Healthcare Services, medical physics testing services for the Wagner IHS Healthcare Center in Wagner, SD. Utilize the information received with future acquisition planning efforts and potential Buy Indian set aside.
The Contractor shall perform the following tasks:
manufacturers’ recommendations.
This is a firm fixed price purchase order.
Period of Performance: 06/15/2026 through 05/31/2027.
Wagner IHS Healthcare Center, 111 Washington Ave NW, Wagner, SD 57380.
7. REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
Complete deliverables schedule listed below.
All site visits will be conducted by the COR. All written deliverable products shall be submitted in draft format for review, comment and approval by the COR. Final copies of approved drafts shall be delivered to the COR within five (5) business days after receipt of the Government’s comments.
All deliverables shall be sent electronically (Microsoft Word or Excel 2013, unless approved by the COR) per the following deliverable schedule:
DELIVERABLE
DELIVERABLE DESCRIPTION / FORMAT REQUIREMENTS
DUE DATE
Site Visit
#1 (Task 4.1)
Demonstrate lay out of meeting space, location of signage, and AV set up
3-5 days prior to meeting
9.0 PAYMENT
One-time payment in arrears after services provided.
The Contractor shall submit one invoice, monthly, for incurred charges related to medical waste collection. Invoice submission and payment:
In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing, directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests.
IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is already registered to use IPP, you will not be required to re-register, however, we encourage you to make sure your organization and designated IPP user accounts are valid and up to date.
The IPP website address is: https://www.ipp.gov.
If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov.
The Contractor shall include the following information on each invoice in accordance with the Prompt Payment Act (5 CFR Part 1315.9(b)):
Additional Information: N/A
Period of Performance: 06/15/2026 through 05/31/2027.
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. Documentation on the floorplans available, photographs of the event space, room descriptions, equipment available, etc. To be considered capable of fulfilling this requirement evidence of an Offerors ability to fully satisfy the requirements described above must be provided.
4. The respondents’ DUNS 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: 541690, Other Scientific and Technical Consulting Services $19.
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.
F. Closing Statement
Point of Contact: John Archambeau, Purchasing Agent, at john.archambeau@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to John Archambeau, Purchasing Agent, at john.archambeau@ihs.gov. Must include Sources Sought Number IHS-WAG-26-1525908 in the Subject line. The due date for receipt of statements is May 29, 2026, 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 oblige 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.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.
MEDICAL PHYSICS TESTING SERVICES is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.