SOURCES SOUGHT: IT Research and Consulting

Responses are due January 17, 2023, at 10:00 AM Eastern Time.  Respondents shall submit responses by email to [email protected].  Please reference “SS20239905‘’ in all communications.

This Notice is for information and planning purposes and is not be construed as a commitment by the Government nor will the Government pay for information solicited.  Respondents will not be notified of the results of evaluation.  Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.

  • Original Set Aside: 
  • Product Service Code: R499 – SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance: USA

Full details via beta.sa.gov

SOURCES SOUGHT: Denver Firing Range Services

INTRODUCTION
The Transportation Security Administration (TSA) is conducting market research to determine interest, capability, and socio-economic category of potential sources for Firing Range Services to support the a Field Office within the Office of Law Enforcement at TSA.

This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified sources; (2) whether they are small businesses; HUBZone; service-disabled veteran-owned, woman-owned, 8(a), etc.; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.  Note: If you are submitting a capabilities statement and your firm does not own/operate the proposed range facilities, your capabilities statement must address how your firm will meet performance requirements/Limitations on Subcontracting.  See Federal Acquisition Clauses 52.219-3, 52.219-14, 52.219-27, or 52.219-29 for information concerning performance requirements/limitations.

BACKGROUND
The use of commercial or Governmental firing ranges are required to allow agency personnel to train and qualify on various weapons used in the performance of their duties.

SCOPE
The requirements for an acceptable range are included in the DRAFT REQUIREMENTS section below. The intent of the acquisition is for the rental/usage of existing ranges meeting all specifications outlined in the DRAFT REQUIREMENTS.

RESPONSE INFORMATION
In order for the TSA to improve its understanding of market capabilities and identify qualified vendors that are capable of providing the required services, a Contractor’s Capabilities Statement is requested. This statement must identify your company’s capabilities to meet the requirements identified in the attached DRAFT Statement of Work (SOW), Full Company Name, DUNS Number, Tax Id Number, Company Point of Contact, mailing address and phone number, Current Business Size (i.e., small business, 8(a), woman owned, veteran owned, etc.), and what experience you have providing similar and/or same services.

The capabilities statement shall not exceed four (4) pages in length and shall be in either PDF or MS Word Format.

Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through Contract Opportunities (www.SAM.gov). Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.

This Sources Sought Notice is issued solely for informational and planning purposes only and is not a solicitation. A Government requirement for this service is being developed, and a contract may or may not result. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government

Draft Statement of Work

The Department of Homeland Security (DHS) has a requirement for a firearms range

to conduct advanced firearms training. The primary range facility must be indoors,

(see below following standards) and shall be located within a 40-mile radius of the

Denver Metro Area, Chambers Rd. and I-70.

 

The range must comply with applicable, local, state and federal regulations, including

but not limited to, lead exposure. The Vendor will be requested to submit its most recent

certification of lead exposure testing and/or its most current OSHA compliance

certificate/letter and air sample for lead with submission of proposal.

 

If an award is granted and OSHA standards are not in accordance with regulation, the

government has the unilateral right to terminate the contract at any time via a written

signed modification.

 

The following OSHA programs are applicable:

Lead:

29 Code of Federal Regulations (CFR) 1910.1000, Air contaminants

http://www.gpo.gov/fdsys/pkg/CFR-2014-title29-vol6/pdf/CFR-2014-title29-vol6-

sec1910-1000.pdf

29 CFR 1910.1025

http://www.access.gpo.gov/nara/cfr/waisidx_10/29cfr1910a_10.html

Environmental Protection Agency (EPA): Best Management Practices for Lead at

Outdoor Shooting Ranges.

http://www2.epa.gov/lead/best-management-practices-lead-outdoor-shooting-rangesepa-

902-b-01-001-revised-june-2005

 

Signs and tags:

Section 1910.145

https://www.osha.gov/Reduction_Act/TAGS-SUP.html

The proposed range must meet the following standards to qualify for consideration:

-DHS will provide all AMMUNITION, TARGETS and FIREARMS INSTRUCTORS.

-The range time must be available exclusively to the Department of Homeland Security (DHS) during the hours indicated.

-The range must be able to accommodate 25 shooters, a minimum of six days per month. Each shooter will fire approximately 250 rounds per day.

-The range shall possess adequate exterior lighting in both public and work areas.

-The range shall be equipped with separate male and female indoor restroom facilities with running water located near the range facilities for DHS use.

-It shall have parking available on site for a minimum of 25 shooters at one time.

-A classroom to accommodate a minimum of 25 students should be available onsite along with a

break room.

-The target system for the range should be a turning target system. A bullet trap shall exist on the range.

-The facility should offer different levels of lighting, low light and no light.

-The range owner will be responsible for lead recovery at the range.

-Two Government furnished 7’x 6’x 8′ storage units are required at the range site.

– There will be no fees for on-site pad space for the storage units. Special targets, aircraft seats, ammunition, and other range equipment may be stored in these on-site units.

-DHS personnel will use the range an average of 6 days per month (6 days X 12 months = 72 days per

year/4 quarters) with an estimated 20 shooters per day.

-The estimated number of rounds fired per year is 240,000 (based on 20 shooters per day X 250 rounds per shooter X 48 days).

-The range must be closed to the public during the corresponding hours. Under this contract, DHS requires exclusive use of the range in 4 hour blocks from 8:00 AM to 12:00 PM. This does not include weekends and federal holidays.

-Signal for cellular phone service must be adequate or if signal cannot be obtained a landline

must be installed for emergency calling.

-Disposal of all contaminants associated with live fire, including bullet trap / ventilation filter etc.

will comply with local, state and federal regulations and is the responsibility of the contracted range.

– Electrical outlets and wiring will meet applicable federal, state, and local codes.

-Emergency egress plans and fire protection will be in compliance with local, state, and federal

regulations and will not require travel downrange from the primary firing line.

  • Original Set Aside: 
  • Product Service Code: X1FB – LEASE/RENTAL OF RECREATIONAL BUILDINGS
  • NAICS Code: 713990 – All Other Amusement and Recreation Industries
  • Place of Performance: 

Full details via beta.sa.gov

SOURCES SOUGHT: Great Plains Youth Regional Treatment Center Roof and Gutters

This is a SOLICITATION NOTICE, Solicitation 75H70123R00004 for the Great Plains Youth Regional Treatment Center Roof and Gutters Replacementa construction project for the Indian Health Service (IHS), Division of Engineering Services. Detailed Instructions to Offerors, a full scope of work, plans and specifications and Construction Wage Determination are included in the attached solicitation documents.

This requirement is a 100% Small Business set-aside and the associated NAICS is 238160– Roofing Contractors, with small business size standard of 16.5 Million. For information concerning NAICS and SBA size standards, go to https://www.sba.gov.

SCOPE OF WORK:

The project defined within this Scope of Work is the replacement of the existing asphalt shingled roof, water proofing exterior beams, and metal gutters. Contractor shall install products following all manufacturer’s specifications. See Section C of the attached RFP for details.

LOCATION OF PROJECT:  All work shall be performed on the grounds of the Great Plains Youth Regional Treatment Center in Mobridge, SD.

TERO: TERO is applicable. All work is subject to the Tribal Employment Rights Ordinance (TERO) [Standing Rock Sioux Tribe].  It is the sole responsibility of the contractor to comply with all applicable TERO requirements.

CONSTRUCTION DURATION:  Period of Performance is 180 calendar days from issuance of the Notice to Proceed.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $250,000 and $500,000, in accordance with FAR 36.204(g).

SITE VISIT:  An organized site visit has been scheduled for Wednesday January 9, 2023 @ 10:00 AM Central (unless amended). Refer to solicitation, Section L.8., FAR 52.236-27.

DUE DATE: Proposal packages are due by January 30, 2023 no later than 2:00pm Central Time.  Proposal packages shall be sent via email to the Contract Specialist, Jeffrey M. Haubenreiser, at [email protected] and must contain the information required by the solicitation.

QUESTIONS: Offerors shall submit all questions concerning this solicitation in writing to the Contract Specialist, Toby Hayden, at [email protected].  Questions should be received no later than 10 days prior to proposal due date to allow time for a response.

NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES.

It is the responsibility of the contractor to check https://sam.gov/ frequently for any amendments or changes to the solicitation. Hard copy documents will NOT be available – all documents for proposal purposes will be posted at the website for download by interested parties.

This solicitation will be procured as a Request for Proposal in accordance with FAR Part 15 and 36 procedures with Lowest Price Technically Acceptable evaluation criteria.

CONTRACT TYPE:  The Indian Health Service intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement.

NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov. Contractors are encouraged to complete SAM registration as soon as possible; the Government may not delay award for the purpose of allowing a contractor additional time to register in SAM.

This notice is for informational purposes only and is NOT a request for submission of offers. No other information is available until issuance of the solicitation itself. No bidders list is maintained. All potential bidders should register with https://sam.gov/ if interested in this forthcoming acquisition.

Interested bidders (offerors) can follow this pre-solicitation notice by creating an account at https://sam.gov/. After entering Login.gov credentials, go to “Contract Opportunities”, find the notice then click on the “Follow” tool to receive email notifications for any updates to the project including the posting of the solicitation and any subsequent amendments.

  • Original Set Aside: 
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1DZ – MAINTENANCE OF OTHER HOSPITAL BUILDINGS
  • NAICS Code: 238160 – Roofing Contractors
  • Place of Performance: Mobridge , SD 57601 USA

Full details via beta.sa.gov

SOURCES SOUGHT: T013–VALB Magazine Writing & Editing Services

RFI # 36C26223Q0360 VALB Magazine Writing & Editing Project This Request for Information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

Responses to this Sources Sought request shall be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of small business capabilities, including Service Disabled Veteran Owned Small Business and Veteran Owned Small Business (SDVOSB/VOSB) interested sources capable of performing the work. The NAICS for this requirement is NACIS 513130 Book Publishers.

Interested and capable sources shall respond to this notice by completing the source questionnaire herein and emailing it to [email protected] (reference RFI # 36C26223Q0360 in the email subject heading), no later than Tuesday, 1/3/2023 at 1:00 p.m. Pacific Time Los Angeles.] SOURCE QUESTIONNAIRE Enter Company Name and Address. Enter UEI (Unique Entity ID SAM) Number. Enter Point of Contact Name, Phone, Email.

Business size status and representation (Select All that Apply):

Service-Disabled Veteran-Owned Small Business (registered in VetBiz.gov) Veteran-Owned Small Business (registered in VetBiz.gov)

Woman-Owned Small Business Emerging Small Business HUBZone Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act Small Business Large Business Considered a small business under NAICS code identified for this RFI? Yes No Select/Complete All that Apply: FSS/GSA: Contract Number; Effective Dates: MM/DD/YYYY MM/DD/YYYY NASA SEWP: Contract Number; Effective Dates: MM/DD/YYYY MM/DD/YYYY

Are all items of inquiry available on contract schedule? Yes No Provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the required scope of work. Respondents are encouraged to provide targeted examples of the Contractor s experience providing the same or similar supplies/services (i.e. when attaching brochures, citing/making references to performance descriptions located within brochures that match the specific work requirement. Include attachments with drawings/illustrations as needed. Provide general pricing for products or services inquired. Include attachments as needed. Provide feedback or additional suggestions. If none, enter N/A. Small Business Respondents. SDVOSB or VOSB respondents are encouraged to provide proof of www.vetbiz.gov certification.

Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. Small businesses are also advised that per 13 CFR § 125.6 the prime contractor’s limitations on subcontracting are as follows: General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold, a small business concern must agree that: In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the Government to it to firms that are not similarly situated.

Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Complete the fields hereunder if utilizing a subcontractor to perform the requirement. Enter Sub Contractor Company Name and Address. Enter UEI (Unique Entity ID SAM) Number. Enter Point of Contact Name, Phone, Email. Business size status and representation (Select All that Apply): Service-Disabled Veteran-Owned Small Business (registered in VetBiz.gov) Veteran-Owned Small Business (registered in VetBiz.gov) Woman-Owned Small Business Emerging Small Business HUBZone Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act Small Business Large Business REQUIREMENT DESCRIPTION VA Long Beach (VALB) magazine writing and editing services for the following site: VA Long Beach Healthcare System 5901 East 7th Street Long Beach, CA 90822 Anticipated period of performance of one (1) base year, with the option of four (4) single year option periods. Estimated start date is within January 2023.

GENERAL REQUIREMENTS: The Tibor Rubin Veterans Affairs Medical Center requires writing and editing services for publishing the VALB magazine. The VALB patient magazine writing and editing project requires a contractor to provide professional editing for the entire magazine which includes all project management, scheduling, editorial, writing, interviews, delivery and print for five installment magazines throughout the year, providing the inpatient and outpatient population with featured articles about the VALB, patients wellness, education, and experience. The finished product will provide a professional patient-facing magazine and shall capture interviews highlighting VALB clinical and non-clinical program successes for an audience of veteran patients. Magazine contains both clinical and non-clinical articles.

TECHNICAL REQUIREMENTS: Provide proofreading and content editing for a 24-page high quality magazine. Provide editing and vetting for clinically based articles within a health care environment. Provide patient facing editing supporting VALB mission. Estimated 70% articles provided for editing by facility. Estimated 30% articles provided for writing and editing by contractor. Each quarterly edition will include at least one interview for writing and editing by contractor. Four quarterly magazines delivered on deadlines set forth by VA. All articles are to be veteran facing. No limit on words. Provides standardized language, reading level and punctuation to specifications of VA.

ADDITIONAL REQUIREMENTS: Contractor to provide timely services within specified timelines. Contractor ensures high professional quality of a competitive healthcare facility finish and delivery of writing and editing. Shall be packaged and delivered in a manner that is acceptable to the Government. Contractor provides standard editorial guidelines and style guide. Incorporates branding into the language into the overall feel of the magazine.

QUALITY ASSURANCE SURVEILLANCE PLAN The Government will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the contract to ensure that the Contractor is performing the services required by industry standard. A Contracting Officer s Representative (COR) will utilize a Performance Based Service Assessment Survey will be used in combination with the QASP to assist the Government in determining acceptable performance levels.

EVALUATION CRITERIA Sources shall provide samples of a detailed technical approach that addresses the following: A technical approach satisfying each of the task requirements specified within the requirement description. A clear description of the management methodology that will be used for executing the effort. This description shall include the approach, and details of how the proposed effort will be completed within the Offeror s corporate entity. Provide high quality samples demonstrating performance of the above requirement description specific to the healthcare industry. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127.  All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov.

Registration must include Representations and Certifications. –End of Sources Sought Announcement–

  • Original Set Aside: 
  • Product Service Code: T013 – PHOTO/MAP/PRINT/PUBLICATION- TECHNICAL WRITING
  • NAICS Code: 513130 – Book Publishers
  • Place of Performance: 

Full details via beta.sa.gov

SOURCES SOUGHT: J046–Sterile Processing Water Quality Testing

SPS Water Testing to AAMI TIR 34: Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Oklahoma VA Health Care System (OKCVAHCS) BRIEF SCOPE OF WORK (This is for information only) PURPOSE: The Oklahoma City VA Health Care System (OKCVAHCS) has a requirement for the monthly collection and testing of critical and utility water in the Sterile Processing Service Area in accordance with AAMI TIR 34, in a cost-effective, efficient manner, contributing to the VA Mission. This is a non-personal services contract. The Contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, parts, equipment, tools, shipping, transportation, insurances, licenses, certifications and supervision necessary to provide services in accordance with this Performance Work Statement (PWS).

SCOPE OF WORK:

3.1 Contractor will come to the Oklahoma City VA Healthcare System to collect water samples in secured areas of the Oklahoma City VA Healthcare Sterile Processing Service area. Reports will be supplied electronically and hard copy.

3.2 Critical and utility water will be collected and tested monthly for HPC & TOC.

3.2.1 Heterotrophic Plate Count (HPC) six tests to be performed monthly.

3.3 Endotoxin (LAL) testing will be required annually and upon installation, modification, or repair of the critical water treatment system or when persistent increased microbial levels are detected by HPC.

3.4 LOCATIONS: Sample Location OKC VA Monthly Tests Endotoxin Decontamination Area Sink #1 * 3 samples HPC ** Sink #2 * 3 samples HPC ** Sink #3 * 3 samples HPC ** Sink #4 * 3 samples HPC ** Boiler Plant (incoming water from city) 1 sample HPC ** *Each sink has cold water/hot water and Deionize water ** Endotoxins required initially and as needed for positive HPC samples Total Samples 13 samples *** HPC Testing Requirements

3.5.1 OKCVAHCS/SPS requires water testing to occur between 7:00am and 8:30 am local time to ensure water testing does not interfere with SPS workflow due to safety reasons or risk of workflow causing contaminated sample. The decontamination side has contaminated sharp instruments and the washer disinfector continually runs throughout the day. It is not safe to access while it is operating. The sterilization side has two sterilizers running and not safe to enter the access area while these are in operation.

3.5.1.1 OKCVAHCS/SPS will coordinate and schedule sampling date and time with contractor.

3.5.1.2 Sampling needs to occur before the 20th of each month.

3.5.2 Required- collection of samples will be performed in full compliance with facility PPE practice and policy. The OKCVAHCS SPS will supply the required PPE which vendor staff is required to wear due to decontamination and sterile prep standards.

3.5.3 Water samples should be performed using the criteria below:

3.5.3.1 Contractor required to provide trained staff to perform sample collections.

3.5.3.2 Water samples should be collected directly from outlet taps or designated ports situated in different parts of the water distribution system using aseptic technique.

3.5.3.3 Sample taps should be treated with disinfectants prior to sampling. Disinfectant will be provided by the OKC VA SPS.

3.5.3.4 The sample should not be collected until the disinfectant has evaporated. The sample should not be collected until dwell time is complete for chemicals used.

3.5.3.5 The sample taps must be opened, and the water allowed to run for at least 60 seconds before a sample is aseptically collected in a sterile, endotoxin-free container per AAMI Tier 34 standard.

3.5.3.6 At least 100 mL of water should be collected.

3.5.3.7 Bacterial replication shall be prevented by holding the sample on ice (or at 4°C [39.2°F]) until it is delivered to the laboratory for testing.

3.5.4 Required- unscheduled Event related collections may be required to be collected on weekends and federal holidays.

3.5.5 REQUIRED-Sampling for SPS water quality of Utility and Critical water:

3.5.5.1 Laboratory and Chemical Analysis:

3.5.5.1.1 Requirements for testing per TIR 34 A.5.3 Quality Characteristics 3.5.5.1.1.1 Bacterial (HPC)

3.5.5.1.1.2 Endotoxin (LAL)

3.5.5.1.2 Requirements and Procedures for Sampling of SPS water lines for HPC and Endotoxin (LAL):

3.5.5.1.2.1 The contractor shall be certified by the Environmental Protection Agency or a State environmental protection agency to perform environmental sampling that includes heterotrophic bacterial testing (Aerobic).

3.5.5.1.2.2 The contractor shall utilize the Standard Spread Plate Method 9215C using R2A agar.

3.5.5.1.2.3 The contractor will provide an outline of their actual testing procedures with their technical quote.

3.5.5.1.2.4 Proof of certification and outline of actual testing procedures must be provided before acceptance of the contract.

3.5.5.1.2.5 Sampling results shall report the number of colony forming units of heterotrophic water bacteria per milliliter of water (cfu/ml).

3.5.5.1.2.6 Sampling results shall report the number of endotoxin units per milliliter of water (EU/ml).

3.5.5.1.2.7 Endotoxin testing must be in compliance with use of Limulus Amoebocyte Lysate testing as listed in AAMI TIR 34: Please reference paragraph

5.2 3.5.5.1.3 Bacteria in water readings of less than 1CFU may be recorded as <1CFU. Critical water quality HPC results > 10 CFU/ml and/or LAL results >10 Eu/ml and/or TOC results > 1.0 mg/ml are required to be immediately (<24 hours) notified by both telephone and email to identified BVA Point of Contacts.

3.5.5.1.4 REQUIRED- Testing should be conducted and resulted in less than 7 days. Parameters for HPC, LAL and TOC testing as listed in AAMI TIR 34:2017 and referenced above in

3.5.5.1.3. 3.5.5.1.5 Contractor shall provide all sample analysis reports via e-mail to the assigned Points of Contact within the OKC VA SPS service within 7 calendar days including weekends and holidays of receiving the sample.

3.5.5.1.5.1 If the 7th day falls on a weekend or federally observed holiday, the reports shall be provided no later than the next normal business day.

3.5.5.1.6 Analytical reports shall include a signed copy of the chain of custody, identification of sampling locations, method detection limits, and a description of test methodology. Dates and times of sampling and testing are required to be included in the reports.

3.5.6 The contractor shall furnish all sample collection bottles and return shipping labels, all transportation costs, and resources necessary to perform for AAMI compliance with water quality testing.

3.5.6.1 Sample collection bottles and containers must be sterile, appropriate for the analysis, properly preserved, and placed on ice ready to transport to laboratory for prompt (defined as within the 8 24-hour time frame as long as transferred appropriately on ice) transportation to the laboratory under strict chain of custody procedures. The collection container cannot be made of polypropylene because polypropylene has been shown to inhibit endotoxin detection.

3.5.6.2 The temperature and time of the water specimens upon delivery and the times testing was started shall be included in the chain of custody.

3.5.6.3 Contractor shall provide submittals of water testing equipment and lab certification that they intend on using to carry out the requirements of this contract prior to awarded contract and during contract if testing equipment or lab certification changes. Submittals will then be evaluated to ensure that equipment is appropriate and certified.

3.6 Retesting

3.6.1 In the event that retesting is required, the contractor shall be available to draw samples and begin retesting within 48 hours of notification or on the next testing day as described in 6.0 of this SOW.

3.6.2 Retesting is at the discretion of the Contracting Officer s Representative and will be based on accurate findings at the same rate as the initial test.

3.6.3 Retesting will not be conducted on Fridays, Saturdays, Sundays, or Holidays.

3.6.4 Retesting resulting from inappropriate handling by contractor of samples or inaccurate testing procedures shall be done at no additional cost to the Government.

3.6.5 Additional sampling due to positive test results is included on CLINS 0004, 1004, 2004, 3004 and 4004:

3.6.5.1 Should the quantity listed in the price schedule be exceeded, additional tests are considered outside the scope of this contract and shall be procured using other means.

3.7 Reporting

3.7.1 Chain of Custody Requirements 3.7.1.1 The form will have actual signatures for transfer.

3.7.1.2 The form will have date and time of all transfers.

3.7.1.3 The form will include temperature of the samples requiring temperature control at the point of sampling and each transfer.

3.7.1.4 Note time sensitive samples from sample taken to plating the sample must follow all standards in 2.0 of this SOW.

3.7.1.5 Report form will have column titles at the top of each column that identify standards for low to high limits. 3.7.2 Reporting requirements

3.7.2.1 At the time of sampling, the contractor shall provide the following:

3.7.2.2 Name of person collecting the sample

3.7.2.3 Date & time

3.7.2.5 Date of analysis

3.7.2.6 Laboratory and person responsible for performing the analysis

3.7.2.7 Analytical technique/method used

3.7.2.8 Results of analysis

3.7.2.9 Temperature of sample

3.7.2.10 Building number, room number, room name

3.7.3 Any discrepancies found on reports missing required information from 3.7 are required to be corrected within 2 days. A trend (defined as two or more instances of discrepancies) may result in notice of concern or other action as determined by the Contracting Officer.

3.7.4 Results, in AAMI standard units, shall be provided to the Government POC within 7 days of the sample taking. Contractor Analytical reports shall include a signed copy of the chain of custody and identification of sampling locations. Sample analysis reports must be provided within 7 calendar days of the lab receiving the samples. If the 7th day falls on a weekend or federally observed holiday, the reports shall be provided no later than the next normal business day.

3.7.4.1 Results shall be provided via electronic and hard copy/paper.

3.7.4.2 Contractor required to make notification of any critical water sampling results of HPC >10 CFU/ml, and/or LAL >10 EU/ml and/or TOC > 1.0mg/ml. Notification will be made within 24 hours or 1 working day of making this determination.

4.0 Emergency Services and other tests

4.1 Emergency Services for retesting (paragraph 3.6) and for Endotoxins (3.3). This is on a case-by-case basis and follows limits:

4.2 Endotoxin test is covered only upon installation, modification, or repair of the critical water treatment system or when persistent increased microbial levels are detected by HPC.

4.3 Prior to engaging in service or repair under this paragraph the contractor shall obtain written approval from the CO (funds are not available on subject CLIN) or the Government POC/COR (funds are available on subject CLIN). Email is an acceptable form of written approval. Any work performed without CO or COR/Government POC approval shall not be approved for payment and considered and Unauthorized Commitment. Testing shall be conducted IAW with rates found in the subject CLIN unless further discounts are applied.

5.0 Contractor Qualifications

5.1 The Contractor services shall be performed by trained and qualified personnel using aseptic techniques and performed in accordance with manufacturer s guidelines.

5.2 The testing laboratory processing the water samples for AAMI compliance with water quality must be certified by the Centers for Disease Control and Prevention (CDC) Environmental AAMI compliance with water quality Isolation Techniques Evaluation program as proficient at performing the culture of AAMI compliance with water quality from environmental samples.

5.3 The laboratory must have environmental microbiology accreditation by a nationally recognized accrediting body. Proof of certification must be provided before acceptance of contract.

IMPORTANT NOTE: This Sources Sought is for information only (to determine the socioeconomic status of interested companies). No award will be made off of this posting.

LIMITATIONS OF SUBCONTRACTING: The Limitations of Subcontracting may or may not apply to a resulting solicitation from this Market Research. Vendors are advised to familiarize themselves with Federal Acquisition Regulation parts 19.505(a)(2) and 19.505(b)(1) as it pertains to subcontracting limitations. Vendors are also advised to familiarize themselves with 13 CFR 125.6 and the penalties described in this regulation.

Please communicate via e-mail to [email protected] by COB 01/04/2022 as to your company s interest and ability to perform service per this brief Scope of Work. If interested, please provide the following: Please state your company s business size as related to NAICS code XXXXXX As per the Limitations of Subcontracting: (see FAR 19.505) As Primary Contractor: what % of Total Contract Value will you retain? If using a Subcontractor: what % of Total Contract Value will go to them? Please provide SAMs Unique Entity Identifier number If you have an FSS/GSA contract that includes this service Provide FSS/GSA contract number if applicable In order for you company s information to be counted in relation to this Market Research all above questions must be answered.

  • Original Set Aside: 
  • Product Service Code: J046 – MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code: 541380 – Testing Laboratories and Services
  • Place of Performance: Department of Veterans Affairs Oklahoma City VA Health Care System , OK 73104 USA

Full details via beta.sa.gov

SOURCES SOUGHT: 6515–Stretchers for Martinsburg VA Medical Center

Responses must be received no later than Friday, December 30, 2022 at 4:00 PM EST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide equipment for Stretchers for the VA MARTINSBURG WEST VIRGINIA.

See Statement of Work Below PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 EA __________________ __________________ Prime Electric Big WheelStretcher MANUFACTURER PART NUMBER (MPN): 1115000000E 0002 4.00 EA __________________ __________________ 700lbs Weight Capacity MANUFACTURER PART NUMBER (MPN): 1115016000 0003 4.00 EA __________________ __________________ Electric Lift Base MANUFACTURER PART NUMBER (MPN): 1008001110 0004 4.00 EA __________________ __________________ 4 Sided Brake/Steer Control MANUFACTURER PART NUMBER (MPN): 1115003004 0005 4.00 EA __________________ __________________ 3 Sided Hydraulic Controls MANUFACTURER PART NUMBER (MPN): 1115005610 0006 4.00 EA __________________ __________________ Chaperone Stretcher Exit Alarm(Includes Scale) MANUFACTURER PART NUMBER (MPN): 1070010200 0007 4.00 EA __________________ __________________ Comfort Control Siderails MANUFACTURER PART NUMBER (MPN): 1008010010 0008 4.00 EA __________________ __________________ Foot end Nursing Controls MANUFACTURER PART NUMBER (MPN): 1008015020 0009 4.00 EA __________________ __________________ Dual End Siderail Release MANUFACTURER PART NUMBER (MPN): 1105011160 0010 4.00 EA __________________ __________________ Pop-up Push Handles (Head end) MANUFACTURER PART NUMBER (MPN): 1105048030 0011 4.00 EA __________________ __________________ Integrated Transfer Board MANUFACTURER PART NUMBER (MPN): 1105045310 0012 4.00 EA __________________ __________________ Domestic – Retractable Cord MANUFACTURER PART NUMBER (MPN): 1008146050 0013 4.00 EA __________________ __________________ Integrated Pump Rack MANUFACTURER PART NUMBER (MPN): 1105045035 0014 4.00 EA __________________ __________________ 2 Stage IV Pole Head Left MANUFACTURER PART NUMBER (MPN): 1105035338 0015 4.00 EA __________________ __________________ No IV Pole Foot End MANUFACTURER PART NUMBER (MPN): 1105035250 0016 4.00 EA __________________ __________________ COMFGEL SE W/O FIRE BAR, 30IN MANUFACTURER PART NUMBER (MPN): 1805034300 0017 4.00 EA __________________ __________________ Contract 2 Year, Parts, Labor, Travel MANUFACTURER PART NUMBER (MPN): 7777770201 0018 4.00 EA __________________ __________________ Red ID Bumpers MANUFACTURER PART NUMBER (MPN): 1105003554 0019 4.00 EA __________________ __________________ EMERGENCY, SET MANUFACTURER PART NUMBER (MPN): 1105023004 0020 4.00 EA __________________ __________________ Domestic Labeling – English MANUFACTURER PART NUMBER (MPN): 1008010401 0021 4.00 EA __________________ __________________ UNBOXED MANUFACTURER PART NUMBER (MPN): 9000900910 0022 4.00 EA __________________ __________________ 1115-E, DPM LABEL MANUFACTURER PART NUMBER (MPN): 1115001903 0023 4.00 EA __________________ __________________ 4 Sided Brake & Steer Control MANUFACTURER PART NUMBER (MPN): 1018025305 0024 4.00 EA __________________ __________________ Prime Big Wheel Base – 3 Sided MANUFACTURER PART NUMBER (MPN): 1018026300 0025 4.00 EA __________________ __________________ LABEL, SPECIFICATIONLABEL, SPECIFICATION MANUFACTURER PART NUMBER (MPN): 1115101003 0026 4.00 EA __________________ __________________ NO PLUG 0027 4.00 EA __________________ __________________ Footend Cover Option MANUFACTURER PART NUMBER (MPN): 1105210365 0028 4.00 EA __________________ __________________ Head End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210063 0029 4.00 EA __________________ __________________ Scale Spacer Assembly MANUFACTURER PART NUMBER (MPN): 1070017500 0030 4.00 EA __________________ __________________ DOMESTIC MANUAL OPTION 1115 MANUFACTURER PART NUMBER (MPN): 1115600000 0031 8.00 EA __________________ __________________ Prime Big Wheel Stretcher30″ MANUFACTURER PART NUMBER (MPN): 1115000030 0032 8.00 EA __________________ __________________ 700lbs Weight Capacity MANUFACTURER PART NUMBER (MPN): 1115016003 0033 8.00 EA __________________ __________________ 4 Sided Brake/Steer Control MANUFACTURER PART NUMBER (MPN): 1115025205 0034 8.00 EA __________________ __________________ 3 Sided Hydraulic Controls MANUFACTURER PART NUMBER (MPN): 1115005610 0035 8.00 EA __________________ __________________ No Scale MANUFACTURER PART NUMBER (MPN): 1070010000 0036 8.00 EA __________________ __________________ OPTION NO STRETCHER EXTENDER MANUFACTURER PART NUMBER (MPN): 1105090000 0037 8.00 EA __________________ __________________ Recovery chair position (drop seat with knee gatch) MANUFACTURER PART NUMBER (MPN): 1105010302 0038 8.00 EA __________________ __________________ Dual End Siderail Release MANUFACTURER PART NUMBER (MPN): 1105011160 0039 8.00 EA __________________ __________________ Pop-up Push Handles (Head end) MANUFACTURER PART NUMBER (MPN): 1105048030 0040 8.00 EA __________________ __________________ Integrated Transfer Board MANUFACTURER PART NUMBER (MPN): 1105045310 0041 8.00 EA __________________ __________________ Integrated Pump Rack MANUFACTURER PART NUMBER (MPN): 1105045035 0042 8.00 EA __________________ __________________ 2 Stage IV Pole Head Left MANUFACTURER PART NUMBER (MPN): 1105035338 0043 8.00 EA __________________ __________________ No IV Pole Foot End MANUFACTURER PART NUMBER (MPN): 1105035250 0044 8.00 EA __________________ __________________ COMFGEL SE W/O FIRE BAR, 30IN MANUFACTURER PART NUMBER (MPN): 1805034300 0045 8.00 EA __________________ __________________ Contract 2 Year, Parts, Labor, Travel MANUFACTURER PART NUMBER (MPN): 7777770201 0046 8.00 EA __________________ __________________ Yellow ID Bumpers MANUFACTURER PART NUMBER (MPN): 1105003551 0047 8.00 EA __________________ __________________ Surgery Label MANUFACTURER PART NUMBER (MPN): 1105023006 0048 8.00 EA __________________ __________________ UNBOXED MANUFACTURER PART NUMBER (MPN): 9000900910 0049 8.00 EA __________________ __________________ 1115-30″, DPM LABEL MANUFACTURER PART NUMBER (MPN): 1115001902 0050 8.00 EA __________________ __________________ LABEL, SPECIFICATION MANUFACTURER PART NUMBER (MPN): 1115101001 0051 8.00 EA __________________ __________________ No Scale MANUFACTURER PART NUMBER (MPN): 1105010360 0052 8.00 EA __________________ __________________ Foot End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210360 0053 8.00 EA __________________ __________________ Head End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210063 0054 8.00 EA __________________ __________________ 3 Sided Hyd Hood/Bellow MANUFACTURER PART NUMBER (MPN): 1115226300 0055 8.00 EA __________________ __________________ DOMESTIC MANUAL OPTION 1115 MANUFACTURER PART NUMBER (MPN): 1115600000 0056 2.00 EA __________________ __________________ Prime X Big Wheel Stretcher MANUFACTURER PART NUMBER (MPN): 1115000000X 0057 2.00 EA __________________ __________________ 700lbs Weight Capacity MANUFACTURER PART NUMBER (MPN): 1115016060 0058 2.00 EA __________________ __________________ 4 Sided Brake/Steer Control MANUFACTURER PART NUMBER (MPN): 1115025205 0059 2.00 EA __________________ __________________ 3 Sided Hydraulic Controls MANUFACTURER PART NUMBER (MPN): 1115005610 0060 2.00 EA __________________ __________________ 3 Sided Hyd Hood/Bellow3 Sided Hyd Hood/Bellow MANUFACTURER PART NUMBER (MPN): 1115226300 0061 2.00 EA __________________ __________________ No Scale MANUFACTURER PART NUMBER (MPN): 1105010360 0062 2.00 EA __________________ __________________ LABEL, SPECIFICATION MANUFACTURER PART NUMBER (MPN): 1115101001 0063 2.00 EA __________________ __________________ 21 CFR MANUFACTURER PART NUMBER (MPN): 0036019933 0064 2.00 EA __________________ __________________ Dual End Siderail Release MANUFACTURER PART NUMBER (MPN): 1105011160 0065 2.00 EA __________________ __________________ Head End Pop-Up Push Handles MANUFACTURER PART NUMBER (MPN): 1105048060 0066 2.00 EA __________________ __________________ Integrated Transfer Board MANUFACTURER PART NUMBER (MPN): 1105045310 0067 2.00 EA __________________ __________________ NO FE WARNING LABEL MANUFACTURER PART NUMBER (MPN): 1125060000 0068 2.00 EA __________________ __________________ 1115-X, DPM LABEL MANUFACTURER PART NUMBER (MPN): 1115001904 0069 2.00 EA __________________ __________________ 2 Stage IV Pole Head Left MANUFACTURER PART NUMBER (MPN): 1105035367 0070 2.00 EA __________________ __________________ NO FOOT END OPTIONS MANUFACTURER PART NUMBER (MPN): 1105035000 0071 2.00 EA __________________ __________________ Head End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210063 0072 2.00 EA __________________ __________________ Foot End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210360 0073 2.00 EA __________________ __________________ ULTRA COMFRT, SE 4X30 DOMESTIC MANUFACTURER PART NUMBER (MPN): 1704034300 0074 2.00 EA __________________ __________________ UNBOXED MANUFACTURER PART NUMBER (MPN): 9000900910 0075 2.00 EA __________________ __________________ Contract 2 Year, Parts, Labor, Travel MANUFACTURER PART NUMBER (MPN): 7777770201 0076 2.00 EA __________________ __________________ Radiology Label MANUFACTURER PART NUMBER (MPN): 1105023009 0077 2.00 EA __________________ __________________ DOMESTIC MANUAL OPTION 1115 MANUFACTURER PART NUMBER (MPN): 1115600000 Delivery: Martinsburg VA Medical Center Building 500, warehouse 510 Butler Avenue Martinsburg, WV, 25405

The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.

Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:

(1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.

(2) Is your company considered small under the NAICS code identified under this RFI?

(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?

(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?

(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.

(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?

(7) Please provide general pricing for your products/solutions for market research purposes.

(8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items” meet all required salient characteristics.

Responses to this notice shall be submitted via email to [email protected]. Telephone responses shall not be accepted. Responses must be received no later than Friday, December 30, 2022 at 4:00 PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

SOW for Stretchers Martinsburg VAMC Purpose The Martinsburg VAMC is looking to replacement end of life stretcher throughout the hospital. Stretchers are needed to transport patients around the hospital to different departments. The selected stretcher should be ergonomic and easy to identify and use. It should be safe to use for staff. Stretchers should come with an IV pole and have the ability to be used in a radiology area. Stretchers with 5th wheel technology will be highly considered do to maneuverability in small areas. Hours of Operation Normal hours of coverage are Monday through Friday, 7:00 AM to 4:30 PM Central Standard Time excluding national holidays. Equipment shall be delivered during normal hours unless otherwise scheduled with the COR or his/her designee.

Federal Holidays observed by VA Martinsburg are: New Year s Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Juneteenth Day Brand Name or Equal Stryker Stretchers Prime Electric Big Wheel quantity three (3) Minimum weight capacity is 675 pounds Electric lift base Four (4) sided brake/steer control Two (2) years parts, labor, and travel included Includes 5th wheel – technology to allow for easy maneuverability in small spaces and around corners/turns Chaperone Stretcher Exit alarm (includes scale) Foot end nursing controls Pop up push handles at the head end Retractable cord two staged 2 stage IV pole head left Three (3) sided hydraulic controls COMFGEL SE w/o fire bar, 30inch Domestic labeling English User and service manuals Foot end cover option Head end cover option Scale spacer assembly Unboxed Emergency set Red ID bumpers easy identification for the ER Electric height adjustment Exit alarm Integrated transfer board Stretcher height adjustable between 18 and 36 inches Minimum width is 28 inches Minimum length is 76 inches Ability to reduce push and steering force by a minimum 50% Prime big Wheel Stretcher 30 quantity eight (8) Minimum weight capacity is 650 pounds Minimum width is 28 inches Height should be adjustable between 18 and 36 inches Includes 5th wheel – technology to allow for easy maneuverability in small spaces and around corners/turns Dual end siderail release Integrated pump rack 2 stage IV pole head left Four (4) sided brake/steer control 3 sided hydraulic controls Yellow ID bumpers Surgery label Unboxed 2 years parts, labor, and travel included User and service manuals Integrated transfer board Foot end cover Head end cover COMFGEL SE w/o fire bar, 30in Electric lift Prime X Big Wheel Stretcher quantity two (2) Includes 5th wheel – technology to allow for easy maneuverability in small spaces and around corners/turns Must have radiolucent top Must contain a slot to insert grid and cassette Electric lift Four (4) sided brake/steer control 3 sided hydraulic controls 3 sided hydraulic hood/bellow 21 CFR Dual end siderail release Integrated transfer board Head end pop-up push handles 2 stage IV pole head left 2 years parts, labor, and travel included Radiology label head end cover Foot end cover Minimum weight capacity is 675 pounds Adjustable height range should be between 21 and 38 inches Minimum width is 29 inches Minimum length is 75 inches Deliverables or Delivery Schedule The vendor shall deliver the product.

After contacting COR (or COR designee) at the VA, a specific time will be scheduled for the delivery of the product within 60 days of award. All quantities are listed above that should be delivered. They shall be delivered to the following address: Attn: Nursing Services Martinsburg VA Medical Center Building 500, warehouse 510 Butler Ave. Martinsburg, WV, 25405 Place of Performance The place of performance will be at the Martinsburg VA Medical Center in Martinsburg, WV. Period of Performance All equipment shall have a full warranty period of 12 months

  • Original Set Aside: 
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: Martinsburg VA Medical Center Building 500, warehouse Martinsburg , WV 25405 USA

Full details via beta.sa.gov

SOURCES SOUGHT: Plumbing and Electrical Infrastructures – Hood River, OR

CONTRACT OPPORTUNITIES

Type of Notice: Sources Sought

Title: 12905B23SS0012 – Sources Sought for plumbing and electrical infrastructures

Description:

This is a Sources Sought notice Only.  This is NOT a solicitation for proposals, proposal abstracts, or quotations.  This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 238220.. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.

ARS has purchased an autoclave and a nitrogen generator for its program in Hood River. The plumbing and electrical infrastructures must be updated to accommodate connection requirements for these two pieces of equipment.

  • For the autoclave, a hot water line shall be brought in from a nearby restroom, an electrical shutoff for the boiler must be installed at the autoclave, and three emergency stops must be installed (one at each of three nearby doors).
  • For the controlled-atmosphere storage system and nitrogen generator, two new 15 A circuits and two new 30 A circuits must be installed.

The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government.

Capability Statement

All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer.  Capability statements shall include the Contractors contact point to discuss their response.

The capability statement should include:

1)  Acknowledgement that they are able to provide the subject supplies/services being requested;

2) Interested vendors should identify their size standards in accordance with the Small Business Administration;

3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.;

4) Any other information considered relevant to this requirement; and

5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response.

Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their 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 review of the responses received, a combined synopsis/solicitation may be published on sam.gov depending on the responses received.

All responses to this Sources Sought Notice must be received by the notice’s POC by the deadline in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.

  • Original Set Aside: 
  • Product Service Code: K045 – MODIFICATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: Ontario , OR 97914 USA

Full details via beta.sa.gov

SOURCES SOUGHT: Whiteriver Administration Office Building

The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION as outlined in FAR 15.201(c)(3) to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses (Indian Economic Enterprise (IEE)), 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses.

Interested firms are requested to reply to this announcement with a submittal as described below.  Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation.

NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS.  Respondents will NOT be notified of the results of this notice.  No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested.

Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein.

SUMMARY OF SCOPE

The purpose of this project is for a contractor to construct a new 14,557 square foot single story, wood framed administration office building on the Whiteriver Indian Hospital campus in Whiteriver AZ.  The project has been designed by a professional A/E firm and construction documents will be available in any future solicitation.

In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $5,000,000 and $10,000,000.

The type of work to be performed will be categorized under PSC code Y1DA, Construction of Hospitals and Infirmaries and NAICS code 236220, Commercial and Institutional Building Construction with a size standard of $39.5 million.

RESPONSES – SUBMITTAL

Responses to this notice must be emailed to Kelly Britton at [email protected] and must be received no later than 2:00 pm MST, January 19, 2023.  Responses must include:

  1. Company Information: Company name, website, physical address, SAM UEI code
  2. Point of Contact: Contact name, phone number, and E-mail address
  3. If a solicitation is issued, will your firm/company be submitting a proposal?  Indicate Yes or No
  4. Type of Business: Native American-owned (IEE/ISBEE)** (see below), SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.
  5. Bond Capacity: Information on the firm’s bonding capability – specifically identify single and aggregate bonding capacities.
  6. Experience Submission Requirements: Submit at least two (2) but no more than five (5) projects completed by your firm within the last seven (7) years that are similar to the work that will be required under this project. Firms shall include the following information:
    1. Indicate whether Prime Contractor or Subcontractor for each project submitted;
    2. Dates of construction for each project submitted;
    3. Contract value, location, completion date, and complexity of job for each project submitted;
    4. Indicate whether the project is a federal, state, tribal or other for each project submitted; and
    5. Project references/Agency point of contact (telephone number and email address) for each project submitted.

**For Indian owned businesses ONLY, the contractor shall complete and submit the following two (2) Attachments:

A. Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise’s Tribal enrollment/certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission.

B. Attachment 2: IEE Self-Performance Worksheet. Per the definition of an IEE (HHSAR 326.601), “the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract”; therefore, IEEs shall demonstrate the ability to allocate at least 51% of the earnings to one or more Indians or Indian Tribal entities.

All information received in response to this source sought that is marked proprietary will be handled accordingly.

QUESTIONS:

Questions regarding this sources sought may be emailed to Kelly Britton at [email protected].

  • Original Set Aside: 
  • Product Service Code: Y1DA – CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Whiteriver , AZ 85941 USA

Full details via beta.sa.gov

SOURCES SOUGHT: Procurement of IT Computer Servers

SOURCES SOUGHT NOTICE TEMPLATE

******************************************************************************

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION FOR BIDS.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quotations or 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 Title:  Procurement of IT Computer Servers

Tracking Number:  THC 23 ITServers

The Indian Health Service (IHS), Tohatchi Health Center, located at 07 Chooshgai Drive,  in Tohatchi, New Mexico 87328 is seeking capable sources to deliver high performance IT computer servers for data storage, network data management, devices and systems.

The anticipated delivery date is 120 days after award date.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334111 – Electronic Computer Manufacturing, 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 requested documents identified in this notice.

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) January 04, 2023, 1000 Hours MDT.

AT A MINIMUM, THE FOLLOWING INFORMATION MUST BE SUBMITTED TO THE POC LISTED IN THIS NOTICE:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 334111 – Electronic Computer Manufacturing
    1. 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.
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. 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
  4. A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor.
  5. Provide firm’s UEI Number.
  6. Evidence of recent (within the last five years) experience with work similar in type and scope to include:
    1. Contract Numbers
    2. Project Titles
    3. Dollar Amounts
    4. Percent and complete description of work self-performed.
    5. 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:

Geralene Clark, Purchasing Agent

Tohatchi Health Center, Tohatchi, New Mexico

Email: [email protected]

Place of Performance:

Tohatchi Health Center

IT Department Services

07 Chooshgai Drive

Tohatchi, New Mexico  87325

THIS IS NOT A SOLICITATION.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 7H20 – IT AND TELECOM – PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE)
  • NAICS Code: 334111 – Electronic Computer Manufacturing
  • Place of Performance: Tohatchi , NM 87325 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Emergency Medical Services (EMS)

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable.

The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached). Instructions for submission are outlined below.

DEFINITIONS

INDIAN ECONOMIC ENTERPRISE (IEE):

Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that:

  • The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%;
  • The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must, together, receive at least 51% of the earnings from the contract; and
  • The management and daily business operations must be controlled by one or more individuals who are Indians

DESCRIPTION OF REQUIREMENT

Emergency Medical Services (EMS)

Seeking 2 (FTE) schedules to be covered by either

  • Emergency Medical Technician (EMT)
  • Paramedic

NAICS:

621910 – Ambulance Services

Size Standard:  $20.0 million

Duration:

One (1) Year with Four (4) Optional Years

Work Schedule:

The Contractor EMS provider will be scheduled to work 12-hour shifts, typically followed by a 12-hour period of on-call status.  Shifts may be:

  • day-shift (0700 – 1900)
  • night shift (1900 – 0700),
  • or a scheduled mid-day shift.

The contractor EMS provider will be scheduled for at least 36 hours during the first week and approximately 48 hours during week 2 of each 14 day scheduled tour of duty.

Unique Requirements:

Unrestricted Montana Emergency Medical Technician License for EMTs

Unrestricted Montana Paramedic License

INSTRUCTIONS TO INDUSTRY

ISBEEs are highly encouraged to respond to this notice. However, firms must also understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. To be considered a capable source, responses must directly demonstrate the company’s capability, experience, and ability to provide EMS as supported by below:

Your Response Shall Include, but not limited to:

  • Number of years of experience in providing Medical Staffing
  • List of past jobs/contracts of placing EMS staff
  • The abilities your company possesses for recruiting/finding medical staff
  • Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement: NAICS 621910 as 100% set-aside for Indian Small Business Economic Enterprises.

If you are interested in this contracting opportunity, please respond by email to: [email protected]

Submit the capability response as instructed above and include a copy of the Buy Indian Act Indian Economic Enterprise Representation Form. It is recommended to include the sources sought ID in the subject line. Sources Sought Notice ID: SS-75H709-FB23Q-001. Valid responses received to this notice will assist in determining the acquisition strategy of the requirement.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: Q999 – MEDICAL- OTHER
  • NAICS Code: 621910 – Ambulance Services
  • Place of Performance: Harlem , MT 59526 USA

Full details via beta.sam.gov