Notice of Intent to Award a Sole Source for iCAD AI Mammography Software Licenses
Special Notice from HEALTH AND HUMAN SERVICES, DEPARTMENT OF • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MT. Response deadline: Apr 12, 2026. Industry: NAICS 513210 • PSC DA10.
Market snapshot
Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 24 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 513210
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
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.