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

SOURCES SOUGHT: Natural Gas Utility Services

SOURCES SOUGHT NOTICE

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

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 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: Natural Gas Utility Services

Tracking Number:  IHS1464747

The Indian Health Service (IHS), Crownpoint Healthcare Facility, located in/at Thoreau, NM 87323 is seeking capable sources for the Natural Gas Utility Services for the Crownpoint Healthcare Facility.

The anticipated Period of Performance date is: January 01, 2023 to December 31, 2023.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 221210 – Natural Gas Distribution, 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) December 20, 2022 – 10:00 am Mountain Daylight Time

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: 333415 – Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment 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:

Brenda Joe

Contract Specialist

[email protected]

(505) 786-6217

Place of Delivery:

Crownpoint Healthcare Facility

NM State Hwy 371 & Navajo Route 9 Junction

Crownpoint, NM 87313

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: S119 – UTILITIES- OTHER
  • NAICS Code: 221210 – Natural Gas Distribution
  • Place of Performance: Crownpoint , NM 87313 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Electrical Utility Services

SOURCES SOUGHT NOTICE

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

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 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: Electrical Utility Services

Tracking Number:  IHS1464321

The Indian Health Service (IHS), Pueblo Pintado Clinic with the Crownpoint Healthcare Facility, located in/at Pueblo Pintado, NM 87313 is seeking capable sources for the Electrical Utility Services for the Pueblo Pintado Clinic under the Crownpoint Healthcare Facility.

The anticipated Period of Performance date is: January 01, 2023 to December 31, 2023.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 221122 – Electric Power Distribution, 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) December 19, 2022 – 10:00 am Mountain Daylight Time

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: 333415 – Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment 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:

Brenda Joe

Contract Specialist

[email protected]

(505) 786-6217

Place of Delivery:

Crownpoint Healthcare Facility

NM State Hwy 371 & Navajo Route 9 Junction

Crownpoint, NM 87313

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: S112 – UTILITIES- ELECTRIC
  • NAICS Code: 221122 – Electric Power Distribution
  • Place of Performance: Crownpoint , NM 87313 USA

Full details via beta.sam.gov

Sources Sought – ISBEE – Forklift

Catapiller Diesel 8000 lb capacity Tier 4 Compliant Tire lift truck with tilt forklift attachment 6000 capacity or 3000 lbs when extended. (or EQUAL).

  • Powerful Engine Maximum Torque 192 ft-lb @ 1800 rpm
  • Maximum Horsepower 72 Hp @ 2250 rpm Throttle by Wire Accelerator (no cable)
  • Low vibration Dynamically Balanced
  • Fuel saver mode
  • High efficiency Air Filter
  • High efficiency Radiator
  • Automatic Transmission 2F/1R
  • Power Steering
  • Elevated Air Intake
  • Maintenance Free Battery
  • Premium long lasting Tires
  • 500 Hour Service Intervals
  • Premium Full Suspension Seat
  • Tilt Steering Column
  • Insulated Engine cover
  • Open Step with Anti Slip Plate
  • Electronic Direction Control
  • Premium tires
  • LED work lights
  • Premium LCD/LED Display
  • Dual Action Parking Brake Handle
  • Ground speed control
  • Password lock
  • Anti-Restart Ignition Key Switch
  • Transmission Return to Neutral for Start

 

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 3990 – MISCELLANEOUS MATERIALS HANDLING EQUIPMENT
  • NAICS Code: 333924 – Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance: Phoenix , AZ 85016 USA

Full details via beta.sam.gov