Skip to content
Department of Health and Human Services

Procurement of 3M Advanced Analyzer Software

Solicitation: SS-IHS1523194
Notice ID: dca934d315b446329542878f8e0ebf81

Sources Sought from OFFICE OF THE ASSISTANT SECRETARY FOR FINANCIAL RESOURCES (ASFR) • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: ND. Response deadline: Mar 30, 2026. Industry: NAICS 541519 • PSC DH01.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$869,517,651
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$269,363
P10–P90
$2,447$482,500
Volatility
Volatile178%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+118%($320,978,633)
Deal sizing
$269,363 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for ND
Live POP
Place of performance
Belcourt, North Dakota • 58316 United States
State: ND
Contracting office
Rockville, MD • 20857 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
ND20260016 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026North Dakota • Oliver
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
IRONWORKER, STRUCTURAL
Base $35.95Fringe $33.11
+20 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 20 more rate previews.
Davis-BaconBest fitstate match
ND20260016 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Oliver
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
IRONWORKER, STRUCTURAL
Base $35.95Fringe $33.11
Rate
LABORER (Common or General)
Base $29.20Fringe $22.19
+19 more occupation rates in this WD
Davis-Baconstate match
ND20260021 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Bottineau
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
BRICKLAYER
Base $33.16Fringe $15.24
Rate
POWER EQUIPMENT OPERATOR: (Roller)
Base $39.60Fringe $25.25
+17 more occupation rates in this WD
Davis-Baconstate match
ND20260030 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Stutsman
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
POWER EQUIPMENT OPERATOR: GROUP 1
Base $40.20Fringe $25.25
Rate
GROUP 2
Base $40.20Fringe $25.25
+17 more occupation rates in this WD
Davis-Baconstate match
ND20260033 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Benson, Cavalier, Eddy +12
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
POWER EQUIPMENT OPERATOR: GROUP 1
Base $40.20Fringe $25.25
Rate
GROUP 2
Base $40.20Fringe $25.25
+17 more occupation rates in this WD

Point of Contact

Name
Reyes Rodriguez Salinas
Email
reyes.rodriguezsalinas@hhs.gov
Phone
301-348-3189

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
OFFICE OF THE ASSISTANT SECRETARY FOR FINANCIAL RESOURCES (ASFR)
Subagency
OMAS STRATEGIC BUYING CENTER - INFORMATION TECHNOLOGY
Office
Not available
Contracting Office Address
Rockville, MD
20857 USA

More in NAICS 541519

Description

Sources Sought: 3M Advanced Analyzer Software for the Department of Health and Human Services (DHHS) Indian Health Service (IHS) Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota.
Sources Sought Notice Number: SS-IHS1523194
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 Small Businesses Economic Enterprise (ISBEE) and 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 541519 - Other Computer Related Services-Information Technology Value Added Resellers.

SECTION C - Description/Specifications
1 BACKGROUND
The mission of the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota is to provide quality health care services to the Native American population on the Turtle Mountain Indian Reservation. The 27-bed facility is known as the Belcourt Indian Health Service or the Belcourt Service Unit.
The Belcourt Medical Records Department is in need of an annual renewal of 3M Health Information Systems used for providing an inclusive package license for coding and reimbursement resources for the Medical Records Departments at the Quentin N Burdick Memorial Health Care Facility in Belcourt, ND.
2 TYPE OF CONTRACT
The contract type awarded will be a Firm Fixed Price (FFP) task order.
3 OBJECTIVES
The objective of this requirement is to procure specified Coding and Reimbursement resources for the Quentin N. Burdick Memorial Health Care Facility in Belcourt, North Dakota.
4. PERIOD OF PERFORMANCE
The Government will award a task order for a 12-month period, base plus four (4) option periods starting 4/1/2026 – 3/31/2027.
5. PLACE OF PERFORMANCE
Services shall be provided remotely and/or contact the COR (TBD) via Email to determine delivery: TBD
6. CAPABILITY STATEMENT / INFORMATION
Interested parties are requested to submit a capability statement for market research purposes only, in accordance with FAR Part 10 and the FAR Revolutionary Overhaul (RFO) emphasis on commercial-first acquisition strategies.
Responses shall address the following areas to assist the Government in assessing the availability of commercially available medical claims transmission and remittance solutions:
6.1. Commercial Capability Overview
Describe your company’s commercially available 3M Licensing for Coding and Reimbursement Software, including coding ICD-10; code finder, DRG finder. CPT finder, clinical analyzer and DRG reimbursement calculations.
6.2. Alignment with Government Objectives
Provide a high-level description of how your commercial solution could support the objectives described in this Sources Sought Notice. A draft Statement of Work (SOW) is provided for reference only to illustrate the Government’s anticipated operational environment and scope; respondents are required to meet all draft SOW elements at this stage.
7. SECURITY AND COMPLIANCE
The Contractor is responsible for maintaining adequate resources and equipment to meet performance objectives. If a problem arises with the coding and reimbursement software, it will be immediately communicated to the Health Information Management Administrator, or her designee at the Quentin Burdick Memorial Health Care Facility.
The Contractor is responsible for maintaining patient confidentiality and adhering to the IT rules of behavior, Privacy Act of 1974, the Health Insurance Portability & Accountability Act (HIPAA) of 1996 and the Health Information Technology for Economic and Clinical Health (HITECH) Act, enacted as part of the American Recovery and Reinvestment Act of 2009.
8. SMALL BUSINESS STATUS
Provide business size and socioeconomic status (e.g., ISBEE, IEE, Small Business, 8(a), HUBZone), along with your UEI, organization name, address, and point of contact. The anticipated NAICS code for this requirement is 541519 - Other Computer Related Services-Information Technology Value Added Resellers.
9. ADDITIONAL INFORMATION
Provide any additional information that may assist the Government in refining its acquisition strategy or determining whether a competitive set-aside or other RFO-aligned commercial approach is appropriate.
10. CLOSING STATEMENT
Point of Contact: Reyes Rodriguez Salinas, Contracting Officer, at reyes.rodriguezsalinas@hhs.gov. 
Submission Instructions:
Interested parties shall submit capability via email to reyes.rodriguezsalinas@hhs.gov. Must include Sources Sought Number SS-IHS1523194 in the Subject line and complete the attached IEE Representation Form. The due date for receipt of statements is March 30, 2026, 22:00 p.m. EST.
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 HHS.
HHS/OMAS 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, HHS/OMAS 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 HHS shall arise as a result of a response to this notice or HHS’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 obligate 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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.