Intent to Sole Source: Inovalon Provider Inc - Revenue Cycle Management Services
Special Notice from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: AZ. Response deadline: Mar 01, 2026. Industry: NAICS 518210 • PSC DA01.
Market snapshot
Awarded-market signal for NAICS 518210 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 518210
Description
The Navajo Area Indian Health Service, Chinle Comprehensive Health Care Facility (CCHCF) intends to award a non-competitive, sole sourced purchase order to Inovalon Provider Inc to provide Revenue Cycle Management Services, a secure exchange data software solution to provide connectivity to the Medicare FISS (Fiscal Intermediary Standard System) and Direct Date Entry (DDEI) service, insurance verification/discovery, perform third-party Insurance claims processing for Medicare, Medicaid, VA and Commercial Payers, claims attachments and denial prevention analytics. This is a “Software as a Service” or “SaaS” where all the software applications used by CCHCF are “in the cloud” and a secure connection is made over the internet into the Inovalon Providers platform.
The anticipated period of performance consists of (1) one-year base period plus (4) one-year option periods. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 518210 – Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services with a small business size standard of $40m.
The Proposed Contractor is the only organization uniquely qualified to provide Revenue Cycle Management Services, Inovalon Provider Inc holds the limited rights in data, patent rights, and copyrights of its software.
This notice of intent to award a sole source contract is not a request for competitive proposals. There will be no solicitation available for competitive quotes. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. 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. If no affirmative written response is received by February 28, 2026, 5:00 PM MST the contract will be issued without further notice.
A determination by the Government not to compete the proposed procurement base upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
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.