SOURCES SOUGHT: ZSU Nursing Services

This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Albuquerque Area Indian Health Service. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Small Business Indian Firms, 100% Indian Owned Economic Enterprises or 100% Set Aside for Small business concerns can fulfill the requirements set forth in this sources sought notice.

The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (Small Business Indian Firms, Indian Owned Economic Enterprise or Small Business). This is a request for information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations.
The Albuquerque Area Indian Health Service is conducting a market survey to help determine the availability of the following item/service:

NAICS Code: 621399 – Offices of All Other Miscellaneous Health Practitioners

Description:  Registered Nurses from a Joint Commission Accredited Contracting Agency

If your business can offer this item/service or a brand name or equal to item, please provide a product brochure and or any other product information to [email protected].

Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website https://www.sam.gov at a later date, and all interested parties must respond to the solicitation announcement separately from the responses to this announcement in order to be considered.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is appropriate.
Please submit all information to Eric K. Wright via e-mail: [email protected] by October 7, 2022 at 12:00 pm (Mountain Daylight Savings Time).

Interested parties are required to be registered and certified in the System for Award Management (SAM).  Registration may be accomplished at https://www.sam.gov.

Responses to this notice should include company name, address, point of contact, UEI, size of business pursuant to North American Industrial Classification System (NAICS) and must respond to the following questions:

  1. Is your business a Small business Indian Firm?  Is your business an Indian Owned Economic Enterprise?  Is your firm a Veteran Owned small business? Certified Service-Disabled Veteran Owned? Is your firm a woman-owned or operated business?  Is your business a small business?

Interested businesses are required to submit a Statement of Capabilities (SOC) demonstrating:

  1. Ability to manage the services, description of past performance on previous contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the contracting activity for each contract.
  2. A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years.
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: Q401 – MEDICAL- NURSING
  • NAICS Code: 621399 – Offices of All Other Miscellaneous Health Practitioners
  • Place of Performance: Zuni , NM 87327 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Dietitian And Food Service Worker

THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The 99th Contracting Squadron, Nellis AFB, is conducting a MARKET SURVEY to determine the interest and capability of sources to provide a dietitian and food service worker for the Mike O’Callaghan Military Medical Center (MOMMC) located at Nellis Air Force Base, Las Vegas,  NV in accordance with the DRAFT PWS (Performance Work Statement).

The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in furnishing all labor, supplies, materials, supervision, transportation, equipment, and all else required to provide the above mentioned service.

Request interested firms respond to this notice and provide the following:

(a) FIRM’S INFORMATION [name, address, phone number, CAGE code];

(b) FIRM’S INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor];

(c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]

(d) CONTRACT VEHICLE Will services be quoted using open market pricing or some type of pre established contract vehicle (GSA, etc.)

(e) CAPABILITY STATEMENT   Interested contractors are to provide a history of relevant experience identified by contract number, dollar amount, point(s) of contact with telephone numbers, email addresses and in what capacity (e.g., prime, subcontractor, etc.) the work was performed. Interested contractors are also welcomed and encouraged to provide comments on the attached DRAFT PWS that they think will help better define the requirement.

Interested Contractors are to provide the above information to the points of contact listed herein.  Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Responses shall be limited to six (6) pages. Email responses to the individual Point of Contact (POC) listed below.

This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP).  Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs.

Note: It is highly recommended that prospective contractors be registered in the System for Award Management (SAM) database as registration is required for the contract awardee.  Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet.  Registration usually takes up to five (5) days to process.  Recommend registering immediately in order to prevent any delays.

Responses to this announcement are due no later than 4:00 PM (PST) on Wednesday August 10, 2022.  Primary POC is Stephen Colton at (702) 652-8450;  (702) or email: [email protected]

  • Original Set Aside: 
  • Product Service Code: Q999 – MEDICAL- OTHER
  • NAICS Code: 621399 – Offices of All Other Miscellaneous Health Practitioners
  • Place of Performance: Nellis AFB , NV 89191 USA

Full details via beta.sam.gov