Loading...
SS-26-IHS-1520131
Response Deadline
Apr 24, 2026, 9:00 PM(CDT)14 days
Eligibility
Contract Type
Sources Sought
Sources Sought: Security Cameras and Lenel HSPD-12/FIPS 201-3 Compliant Door Access Control Systems - Installation, Service, and Maintenance for the Great Plains Area Indian Health Service (GPAIHS), Office of Information Technology (OIT) Department, Aberdeen, South Dakota.
Sources Sought Notice Number: SS-26-IHS-1520131.
This is a Sources Sought notice. This notice DOES NOT constitute a request for proposal, request for quote or invitation for bid. This Sources Sought is a market research tool being utilized to determine the availability of qualified Indian Small Businesses Economic Enterprises (ISBEEs) and Indian Economic Enterprises. (IEEs) capable of performing the requirement prior to issuing a Request for Quote. This is not a solicitation for proposals and no contract will be awarded from this announcement.
No reimbursement will be made for any costs associated with providing information in response to this announcement. All responses will be provided by an e-mail response. No presentations will be scheduled.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The applicable NAICS code for this acquisition is 541519 (Other Computer Related Services).
1.0 BACKGROUND
The Indian Health Service (IHS) an agency within the Department of Health & Human Services 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 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 its 19 Indian Health Service Units and Tribal Managed Service Units to provide health care to approximately 122,000 Native American located in North Dakota, South Dakota, Nebraska, and Iowa. The Area Office’s service units include seven hospitals, eight health centers, and several smaller health stations and satellite clinics.
2.0 OBJECTIVE
The mission of the Indian Health Service (IHS) is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level. As part of this mission, the IHS is committed to ensuring the safety and security of its patients, staff, and facilities while providing high-quality healthcare services across its regions.
To support this mission, the purpose of this contract is to design, furnish, install, and maintain Homeland Security Presidential Directive 12 (HSPD-12) compliant Physical Access Control Systems (PACS) and video surveillance systems and alarms in Indian Health Service facilities located throughout the Great Plains and Billings Area, including North Dakota and South Dakota. These systems will enhance the protection of federal facilities, patients, staff, and property through compliance with HSPD-12, Federal Information Processing Standard (FIPS) 201-3, and all applicable federal security and privacy regulations.
The implementation of these systems will ensure standardized, secure, and efficient access control for all IHS facilities, promote accountability, and safeguard critical federal healthcare infrastructure. By integrating advanced physical security technologies, the IHS will continue to uphold its mission of providing safe and secure environments where quality healthcare can be delivered to the Native communities it serves.
• All systems must comply with HSPD-12 and FIPS 201-3 Personal Identity Verification (PIV) standards.
• Physical Access Control (PACS) must come from the GSA Approved Products List under the 13.01 Topology
• Maintain fully functional, continuously operating door access and video surveillance systems.
• Provide secure, auditable, and centrally managed access to protected facilities.
• Integrate panic devices and intrusion detection systems
• Minimize system downtime and security vulnerabilities through proactive service and maintenance.
3.0 SCOPE OF WORK
This Performance Work Statement (PWS) defines the requirements for the installation, configuration, integration, service, and ongoing maintenance of security camera systems, intrusion alarms and Lenel door access control systems in accordance with Homeland Security Presidential Directive 12 (HSPD-12) and Federal Information Processing Standard (FIPS) 201-3. The contractor shall provide all personnel, equipment, tools, materials, supervision, and services necessary to ensure continuous operation and compliance of physical security systems. The contractor that is awarded this contract must be certified or have a certified sub-contractor in the LenelS2 OnGuard™ software applications and hardware installation/maintenance. The Government must retain rights to all associated data, hardware and software and have full access to all elements of the video surveillance and physical access systems. At no point can the Government be locked out of the system. The contractor will be required to provide a full plan for annual licensing, repairs and annual service/maintenance.
The existing security infrastructure before this IDIQ award includes Recording Servers, Access Panels, Lock Power Supply, Cameras, Card Readers, Electrical Strikes, Exit Door Push Buttons, Panic Buttons, integration with alarm systems, and Door Monitor Switches at the Service Unit Pharmacy Locations.
The current software utilized for Surveillance management is Milestone Systems XProtect Corporate. The current software utilized for Access Control is OnGuard and Lenel.
Existing Hardware Estimates (these are minimums): Brand Name or Equal
Door Readers – 535 ea
Door Reader Modules – 225 ea
Lenel Controllers – 56 ea
HSPD12 PAM Modules – 80 ea
Interior IP Cameras appx – 800 ea
Exterior IP Cameras appx - 120 ea
Virtual Servers – 30 ea
Panic Buttons - 80 ea
Intercom master door stations – 15 with 36 Doors
The Recording Servers currently in place are virtual servers with Windows 2022. During the base +4 option years of this contract, there will be a Windows OS Server upgrade that the vendor will be expected to perform. In addition, the vendor will be responsible for ensuring that the servers remain up and fully patched/maintained throughout the life of this contract. This includes (but is not limited to) adequate partitions configured for system growth, system updates and maintenance.
This performance-based methodology requires the contractor, as part of its proposal, to furnish the government with a Performance Work Statement (PWS) that defines how the contractor proposes to accomplish the work. The contractor shall also furnish standards that demonstrate the accomplishment of the work as proposed.
4.0 TYPE OF ORDER
The anticipated contract type is Firm-Fixed-Price, Indefinite-Delivery/Indefinite-Quantity (IDIQ) with an estimated five-year ordering period. This will be a Non-Personal Service Type, Commercial Item, Purchase Order to design, furnish, install, and maintain Homeland Security Presidential Directive 12 (HSPD-12) compliant Physical Access Control Systems (PACS) and video surveillance systems and alarms in Indian Health Service facilities located throughout the Great Plains and Billings Area, including North Dakota and South Dakota.
5.0 ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: 5-year ordering period (IDIQ)
6.0 PLACE OF PERFORMANCE
All work shall be performed at the designated federal facilities, as listed in the contract. A table of currently supported facilities is included in the PWS. The list is subject to change upon mutual agreement of the Government and the Vendor. Some remote diagnostics and updates may be conducted offsite.
7.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
Attachment A — Service Levels & QASP (Government Surveillance)
Definitions
• Availability: service reachable and performing intended function; excludes Government‑approved maintenance windows.
• S1 Critical: Area‑wide PACS/VMS outage; loss of recording at hospital; life/safety issue.
• S2 High: Multi‑door failure; door won’t re‑secure; pharm vault camera failure; certificate validation down at site.
• S3 Medium: Single door/camera persistent fault.
• S4 Low: Cosmetic, documentation, minor tuning.
Service Levels
Metric Target AQL / Remedy
PACS core uptime (site) ≥ 99.5% monthly Credit 5% MRC/site per 0.1% below to 98.5%
VMS recording uptime (site) ≥ 99.5% monthly Same as above
Patch currency (Critical/High) ≤14 / ≤30 days respectively Finding on quarterly audit = corrective action plan in 10 days
Backup success (servers/config) ≥98% monthly Restore test failure = plan & retest in 5 days
APL attestation Quarterly, no gaps Gap = stop‑work on non‑APL work until resolved
Government QA will review monthly logs, sample doors/cameras, and change records against this QASP.
8.0 PAYMENT
Invoices submitted under any award will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests”.
Payment will be made upon receipt of a complete and accurate invoice, and successful completion of an acceptance inspection in accordance with the Prompt Payment Act. Invoices shall be submitted with all information and supporting documentation. A complete and accurate invoice is substantially correct in that all aspects of the required information are clearly evident on the invoice and submitted through the Invoice Processing Platform (IPP.gov) with a copy to Brenda Steiger (CORIII), Supervisory IT Project Manager, or her designee.
9.0 Capability Statement/Information:
Capability statements should demonstrate experience with LenelS2 OnGuard, HSPD-12 compliant PACS, and enterprise video surveillance systems. Interested parties are expected to review this notice and attached PWS 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. Company Name
2. Company point of contact, mailing address, e-mail address telephone number, and website address.
3. Name, telephone number and e-mail address of a company point of contact that has the authority and knowledge to clarify responses with government representatives.
4. Company Unique Entity Identification (UEI) number
5. Business size and type of business (e.g., ISBEE/IEE, 8(a), SDVOSB, etc.). All respondents should be registered on the System for Award Management (SAM) located at https://www.sam.gov.
6. Capability narrative
7. Relevant Past Performance information in sufficient detail:
(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.
8. Certifications (Lenel, network, etc.)
9. Ability to meet HSPD-12/PACS requirements
10. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, 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.
11. All proprietary information should be marked as such. Responses will be reviewed only by IHS personnel and will be held in a confidential manner.
Respondents will NOT be notified individually of the results of the sources sought.
Important notice:
It should be clearly understood that this Sources Sought notice is not an award or commitment by the Government. The offeror is further advised that funding may not become available. If funds are not available, no award will be made. The offeror will not be reimbursed for any/all effort or submission preparation costs.
10.0 Closing Statement
Point of Contact: Wenda Wright, Contract Specialist, at wenda.wright@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to Wenda Wright, Contract Specialist, at wenda.wright@ihs.gov. Must include Sources Sought Number SS-26-IHS-1520131 in the Subject line. The due date for receipt of statements is April 24, 2026, at 4:00 p.m. Central Standard Time (CST).
All responses must be received by the specified due date and time in order to be considered.
Again, 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).
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.
DEPARTMENT OF HEALTH AND HUMAN SERVICES
INDIAN HEALTH SERVICE
GREAT PLAINS AREA INDIAN HEALTH SVC
GREAT PLAINS AREA INDIAN HEALTH SVC
DIVISION OF ACQUISITION MANAGEMENT
FEDERAL BLDG 115 4TH AVE SE RM 309
ABERDEEN, SD, 57401
NAICS
Other Computer Related Services
PSC
IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)