One (1) Zeiss Cirrus 6000 Optical Coherence Tomography system, GPAIHS, Aberdeen, SD

SOL #: SS-26-IHS-1521617Sources Sought

Overview

Buyer

Health And Human Services
Indian Health Service
GREAT PLAINS AREA INDIAN HEALTH SVC
ABERDEEN, SD, 57401, United States

Place of Performance

Fort Thompson, SD

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

Ophthalmic Instruments, Equipment, And Supplies (6540)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 29, 2025
2
Last Updated
Jan 14, 2026
3
Response Deadline
Jan 20, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Post Amendment One - only brand-new equipment will be acceptable; reponse due date extended from January 14, 2026 to January 20, 2026.

Revise the due date for recept of statements in this Description from January 5, 2026 to January 14, 2026.

Sources Sought: Zeiss Cirrus 6000 Optical Coherence Tomography system for the Great Plains Area Indian Health Service (GPAIHS), Biomedical Department, Aberdeen, South Dakota.


Sources Sought Notice Number: SS-26-IHS-1521617


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 Enterprises (ISBEE) and Indian Economic Enterprises.


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 334510 – Electromedical and Electrotherapeutic Apparatus Manufacturing.


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.
The Fort Thompson Indian Health Center falls under the GPAO to provide medical care for tribal members.


2.0 OBJECTIVE
To provide one (1) Zeiss Cirrus 6000 Optical Coherence Tomography system for use by the Indian Health Service (IHS) Office of Environmental Health Engineering (OEHE) Department. The goal is to support ophthalmic/retinal imaging services consistent with IHS medical equipment management policy, ensuring safe, reliability, and fully operational diagnostic imaging capacity. The contractor shall provide the services and equipment for the Great Plains Area IHS (GPAIHS), Biomedical Engineering Department, Aberdeen, South Dakota for the period of performance of this contract.


3.0 SPECIFICATIONS
EQUIPMENT: BRAND NAME – Zeiss Cirrus 6000
Key Specifications
Methodology: Spectral-Domain OCT (SD-OCT)
Optical Source: Superluminescent diode (SLD), 840 nm
Scan Speed: 27,000 A-scans per second
Scanning Range: 2 mm
Working Distance: 40 mm


Image Modalities
Posterior Segment: Captures images using various filters (color, red-free, blue) and features Fundus Autofluorescence (FAF).
Anterior Segment: Provides imaging of the anterior segment of the eye.
Digital Imaging: Offers fully digital image capture and display.


User Experience & Integration
Intuitive Interface:
Designed to be user-friendly, simplifying the imaging process for quick and easy image acquisition.
Integration:
Seamlessly integrates with Electronic Health Records (EHRs) and other practice management systems for efficient data management.


Physical Characteristics
Weight: Approximately 33 kg (73 lbs).
Dimensions: 41x48x68 cm.


The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW).


4.0 TYPE OF ORDER
The award for this service will be a Firm Fixed-Price, Commercial Item, Purchase Order to provide One (1) Zeiss Cirrus 6000 Ocular Coherence Tomography system.


5.0 ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: Date of award through 90 days.


6.0 PLACE OF PERFORMANCE
Fort Thompson Indian Health Center
1323 BIA Route Fort Thompson, SD 57339


7.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
- Contractor is required to provide at least one copy of an operator manual and one copy of a service manual with this purchase. The documents may be digital or physical.


Upon completion of equipment installation, the field service personnel will provide proof of operation in the form of a service report to the Local Clinical Engineering personnel, and the COR.


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 Dylan Mehlhaf (COR), Biomedical Equipment Support Specialist, or his designee.


9.0 Capability Statement/Information:
Interested parties are expected to review this notice and attached statement of work 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. The respondents’ UEI 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: 334515 – Instrument                           Manufacturing for Measuring and Testing Electricity and Electrical Signals.
     4. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition.
     5. 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.
     6. 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.


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-IHS1521617 in the Subject line. The due date for receipt of statements is January 14, 2026, 12:00 p.m. Central Standard Time (CST).


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 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.

People

Points of Contact

Wenda WrightPRIMARY
Andrea WhippleSECONDARY

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Sources Sought
Posted: Jan 14, 2026
Version 2
Sources Sought
Posted: Dec 29, 2025
View
Version 1
Sources Sought
Posted: Dec 29, 2025
View
One (1) Zeiss Cirrus 6000 Optical Coherence Tomography system, GPAIHS, Aberdeen, SD | GovScope