SOURCE SOUGHT - Safety Compliance Subscription
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159010664284804 |
Posted Date: | Nov 8, 2023 |
Due Date: | Nov 14, 2023 |
Source: | https://sam.gov/opp/1c92e6d990... |
- Contract Opportunity Type: Special Notice (Updated)
- All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
- Updated Published Date: Nov 08, 2023 01:52 pm MST
- Original Published Date: Oct 25, 2023 01:29 pm MDT
- Updated Response Date: Nov 14, 2023 12:00 pm MST
- Original Response Date: Nov 03, 2023 12:00 pm MDT
- Inactive Policy: Manual
- Updated Inactive Date: Nov 14, 2023
- Original Inactive Date: Nov 03, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: R702 - SUPPORT- MANAGEMENT: DATA COLLECTION
-
NAICS Code:
- 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
-
Place of Performance:
Shiprock , NM 87420USA
SOURCES SOUGHT NOTICE - MODIFIED TO CHANGE NAICS Code.
******************************************************************************
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTE
THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary and will be used only for market research purposes to determine availability of sources, commerciality, and competitive strategy. The government assumes no financial responsibility for any costs associated with any response to this notice as incurred by prospective contractors.
******************************************************************************
Project: Safety Compliance Subscription at the Northern Navajo Medical Center Service Unit
Tracking Number: IHS1482802a-4CRHC
The Indian Health Service (IHS), Shiprock Service Unit (SSU) is seeking capable Indian Economic Enterprise sources to satisfy this requirement for Safety Compliance Subscription.
The service units include Northern Navajo Medical Center, Dzilth-Na-O-Dith-Hle Health Center, Four Corners Regional Health Center. Services will be provided by 1,201 FTE. Vendor to provide required access to all documents of Surgical Instruments and Equipment: Instructions for Use (IFUs) and operator manuals for cleaning and sterilizing reusable surgical instruments, devices, and medical equipment. Tissue and Implants: IFUs and package inserts biologic and non–biologic implantable items; archived for ten years with federal and state registrations and certificates. Consumables: IFUs and package inserts for non-medical and medical supplies as well as chemicals that are single-use, disposable, non-durable, and that cannot withstand repeated use or sterilization. Biomedical PM: Service manuals, technical publications, and preventive maintenance for medical equipment as well as letters of obsolescence. Facilities Maintenance: Cleaning, user, service manuals and preventive maintenance for non-medical equipment such as fire safety, HVAC, non-medical refrigerators, and freezers. Dental: Dental instruments, equipment, SDS, implants and consumables. Safety Data Sheets: SDS and MSDS, including archived documents.
The anticipated Period of Performance for this requirement will be for 12 months beginning from the Date of Award.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 518210 Computing Infrasturcture Providers, Data Processing, Web Hosting, And Related Services with a small business size standard of 1,000 employees.
The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.
In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises. If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the required documents.
THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED ENTERPRISE SET ASIDES, TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.
NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.
*****************************************************************************
Submission Instructions:
All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) 12:00pm MST on November 14, 2023.
AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED
-
Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 518210 – Computing Infrasturcture Providers, Data Processing, Web Hosting, And Related Services
- If the proposed NAICS is not the customary or applicable NAICS relative to the needs description, include your firm’s proposed NAICS and rationale for the different NAICS.
- If Non-Indian, indicate firm’s size – small or other-than-small; and other socio-economic program participation such as small-disadvantaged, 8(a)-certified, HUBZone, SDVOSB, and/or WOSB/EDWOSB
- Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
- A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor.
- Provide firm’s UEI Number
-
Evidence of recent (within the last five years) experience with work similar in type and scope to include:
- Contract Numbers
- Project Titles
- Dollar Amounts
- Percent and complete description of work self-performed.
- Customer points of contact with current telephone number and email address.
All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.
Point of Contact:
Verni Harrison-Yazza, Contract Specialist
Email: verni.harrison-yazza@ihs.gov
Phone: (505) 368-7031
Place of Performance:
Northern Navajo Medical Center Service Unit
US Hwy 491 North
Shiprock, NM 87420
Country: USA
THIS IS NOT A SOLICITATION.
- PO BOX 9020
- WINDOW ROCK , AZ 86515
- USA
- Verni Harrison-Yazza
- verni.harrison-yazza@ihs.gov
- Phone Number 5053687031
- Nov 08, 2023 01:52 pm MSTSpecial Notice (Updated)
- Nov 08, 2023 10:45 am MST Special Notice (Updated)
- Nov 03, 2023 09:55 pm MDT Special Notice (Updated)
- Oct 26, 2023 01:39 pm MDT Special Notice (Updated)
- Oct 25, 2023 01:29 pm MDT Special Notice (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.