SOURCES SOUGHT: Course Development & Instruction for HVAC Testing & Balancing Quality Verification and HVAC Systems Commissioning

THIS IS A REQUEST FOR SOURCES SOUGHT ONLY.  This Sources Sought request is issued solely for information and planning purposes – of identifying potential sources. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This RFI does not commit the Government to contract for any supply or service whatsoever.  Further, the Army Corps of Engineers is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this request; all costs incurred for responding to this request will be solely at the interested party’s expense.  Not responding to this request does not preclude participation in any future RFP, if any is issued.

The U.S. Army Corps of Engineering is searching for interested parties capable of providing the servies outlined in the attached draft performance work statement (PWS).

The Government provides training courses which are managed through the U.S. Army Corps of Engineers Learning Center (ULC) located in Huntsville, Alabama.  These courses are taught at educational institutions by experienced and/or certified instructors. Courses are taught utilizing technical and/or specialized manuals in conjunction with book and laboratory-based exercises designed to fulfill the U.S. Army Corps of Engineers mission and needs-based requirements.

This sources sought is for interested parties to develop the curriculum and provide the instruction for the following two courses:

1. Heating, Ventilation and Air Conditioning Test and Balancing Quality Verification (HVAC TAB)

2. HVAC Systems Commissioning

The Government is requesting affirmative responses for interest and capability to fulfill this requirement.  Interested parties are asked to email the Contract Specialist at [email protected] and Contracting Officer at [email protected] with interest, capability, and any relevant experience.

  • Original Set Aside: 
  • Product Service Code: U008 – EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT
  • NAICS Code: 611430 – Professional and Management Development Training
  • Place of Performance: USA

Full details via beta.sam.gov

SOURCES SOUGHT: REFUSE and Recycling Collection and Disposal for USCG Eighth District

This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10.

This notice is issued by the U.S. Coast Guard Director of Operational Logistics (DOL-94), Alameda, CA, to identify qualified sources capable of providing REFUSE AND RECYCLING COLLECTION AND DISPOSAL SERVICES to be performed for the Eighth U. S. Coast Guard District that consists of 26 states.

The potential requirement is for a base year period plus four (4) one-year option periods, if exercised by the Government. The base performance period is anticipated to begin 1 June 2023.

The contractor shall furnish all labor, supplies, material, equipment, transportation and supervision necessary to perform these services at the USCG unit/station/location.

Various type of REFUSE container sizes (open top and cover) ranges from 4-cubic yard (cy), 6-cubic yard (cy), 8-cubic yard (cy), 20-cubic yard (cy), and 30-cubic yard (cy); and various types of RECYCLING container sizes (open top and cover) include 4-cubic yard (cy), 6-cubic yard (cy), and 8-cubic yard (cy).

The business category of the sources sought include small business, veteran-owned small business (VOSB), service-disabled veteran-owned small businesses (SDVOSB), HUBZone small business, small disadvantaged business, women-owned small business (WOSB) and large business concerns.

The North American Industry Classification System (NAICS) code is 562111 – Solid Waste Collection with a small business annual revenue size standard of $41.5M.

All required licenses and or certification required for the different States must be identified with the response to the Sources Sought Notice along with any other required information.

Contractors that have the capabilities necessary to provide the stated services are invited to contribute to this market survey/sources sought by providing commercial market and company information.

Interested contractors should include the following information:

1. Name of company, address, and Unique Entity ID (UEI) number.

2. Point-of-contact name, phone number and email address

3. Business Size (small business, veteran-owned small business, service-disable small business, HUBZone, 8(a), small disadvantaged business, woman-owned or large business).

4. CAPABILITY STATEMENT and PAST PERFORMANCE INFORMATION that demonstrates the ability to perform these types of services. Past performance information shall include recent and relevant contracts for the same or similar services and other references (including contract numbers, points of contact with telephone numbers/email addresses and other relevant information). Past performance information should be at least three (3) contracts, ongoing or completed within the last three (3) years for like or similar services held with the U.S. Coast Guard, other Government agencies or private industry.

Interested parties must be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM access can be obtained by accessing https://sam.gov.

This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal. It is not considered to be a commitment by the Government nor will the Government pay for information solicited.

Competition and set-aside decisions may be based on the results of this market research. Failure to submit information in sufficient detail may result in not considering the company as a viable source.

The Government reserves the right to consider a small business, 8(a), other set-aside, or any business arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided.

It is the Coast Guard’s intent to issue a separate solicitation in the near future, to be synopsized on System for Award Management Electronic Posting System at https://sam.gov. It is the potential offer’s responsibility to monitor this avenue for release of any future synopsis or solicitation announcements.

At this time, no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION.

Any interested firm capable of providing these services is requested to respond to the Contract Specialist Yvett Garcia, via e-mail to [email protected] by 8am PST on Friday, December 23, 2022.

  • Original Set Aside: 
  • Product Service Code: S205 – HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code: 562111 – Solid Waste Collection
  • Place of Performance: USA

Full details via beta.sam.gov

SOURCES SOUGHT: MEDICAL SUPPLIES

SOURCES SOUGHT NOTICE

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

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTE

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

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

Project: Procurement of Medical Supplies Various

The Navajo Area Indian Health Service (NAIHS), Gallup Regional Supply Service Center (GRSSC) is seeking capable, 1) Native American Owned or Indian Economic Enterprise Small Businesses, or 2) any other Socio-Economic Small Businesses interested in providing the attached list of medical supplies to satisfy this requirement.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112 – Surgical and Medical Instrument Manufacturing with a business size standard of 750 Employees.  

The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.

In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises.  If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the required documents.

THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED ENTERPRISE SET ASIDES, TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

Submission Instructions:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) 04:00 PM MDT on December 8, 2022.

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 339112 (Selected NAICS code must be listed on SAM report)
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. A positive statement of your intention to submit a quote to an upcoming solicitation.
  4. Provide UEI (Unique Entity ID) number and CAGE Code.
  5. Capability Statement
  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:

Michael Austin, Purchasing Agent

(505) 722-1224, [email protected]

Place of Performance:

Gallup Regional Supply Service Center

2400 Fuhs Avenue, Bldg. No. 10

Gallup, NM 87301

Country: USA

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: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: Gallup , NM 87301 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Installation of Oil Monitoring Instruments

1. General.

This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID, NOR A SYNOPSIS OF A PROPOSED ACTION UNDER FAR SUBPART 5.2.

2. Contract Information.

The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to install new oil monitoring equipment at The Dallas Power Station.

The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry, to include: Large Business, Small Business, Small Disadvantaged Businesses to include 8(a) certified small business firms, Historically Underutilized Business Zone small business (HUBZone), Woman owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). All are highly encouraged to respond.

3. Capability Statements

Contractors are requested to submit a statement demonstrating their ability to install new oil sensors in a functioning power station.

  1. Experience or capability in calibrating large oil tanks (500 to 11,000 gallons) to new sensors.
  2. Experience or capability in installing and calibrating sensors, flow meters, and totalizers.
  3. Experience or capability in installing and commissioning remote input/output devices, PLCs, historians, local networks, and HMIs.
  4. Experience or capability installing complex oil level equipment in industrial facilities currently in operation.
  5. Experience in managing a complex oil monitoring installation through a complex sequence of work.

4. Project Background.

The Dalles Dam is located in The Dalles Or.  The Dalles Dam is a concrete-gravity run-of-the-river dam spanning the Columbia River, two miles east of the city of The Dalles, Oregon, United States. It joins Wasco County, Oregon with Klickitat County, Washington, 300 miles upriver from the mouth of the Columbia near Astoria, Oregon.  The project is designed to improve the monitoring of the amount of oil that could be released into the Columbia river. Its main objective is to minimize the oil release. The anticipate contract value is between 1 to 5 million dollars.

5. Submission Instructions:

Responses to this Sources Sought notice must be submitted electronically (via email) to [email protected] SUBJECT: TDA Oil Accountability

A Firm’s response to this Sources Sought shall be limited to (5) pages and shall include the following information:

a.  Firm’s name, address, point of contact, phone number, email address, CAGE and DUNS numbers, and include the Construction Bonding Level per contract.

b.  Firm’s small business category and Business Size: Large Business, Small Business, Small Disadvantaged, 8(a) certified small business, Historically Underutilized Business Zone small business (HUBZone), Woman owned small business (WOSB), Economically Disadvantaged Women-owned small business (EDWOSB), and Service-Disabled Veteran-owned small business (SDVOSB).

c.  Provide relevant and verifiable information on the Firm’s experience/capabilities as it pertains to the proposed work outlined above.

6.  Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in the Government point of entry (beta.SAM.gov). All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of a Government contract.

  • Original Set Aside: 
  • Product Service Code: N036 – INSTALLATION OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
  • NAICS Code: 213112 – Support Activities for Oil and Gas Operations
  • Place of Performance: The Dalles , OR 97058 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Sign Language Services

PCS Code:  R799 Support – Management: Other

NAICS Code: 541930 Translation and Interpretation Services

Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is issuing this sources sought synopsis as a means of conducting market research to seek eligible contractors to provide sign language services for conferences, meetings, public events, and related gatherings.  The service shall provide satisfactory conveyance of spoken communication to hearing-impaired patrons.

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. The government assumes no financial responsibility for any costs incurred.

If your organization has the capability of performing these services, please provide the following information: (1) organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, DUNS number; and (2) tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

To be evaluated for technical merit and capability, statements must be received by the stated deadline.  In determining whether or not to compete this requirement, the Government has sole discretion.

Submission Instructions: Interested parties who consider themselves qualified to perform requirements in accordance to the attached draft Performance Work Statement are invited to submit a response to this Sources Sought Notice by 08:00 HST on 7 December 2022.  All questions and responses regarding this Sources Sought Notice must be emailed to [email protected].

  • Original Set Aside: 
  • Product Service Code: R799 – SUPPORT- MANAGEMENT: OTHER
  • NAICS Code: 541930 – Translation and Interpretation Services
  • Place of Performance: JBPHH , HI 96860 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Security Services

See attached Sources Sought and PWS for Up Range Secuirty at White Sands Missile Range.

Timeline has been extended by two days. Timeline changed from 28 NOV 22 to 30 NOV 22.

Will there be specific information regarding the number of Security Officers, additional required personnel/certifications or training should the contract made available to interested parties? Yes. The 31 people required is based on the total hours worked to support the contract, plus additional positions to support the missions.

Also, where will the contract listing be published should it be made available to interested parties? The contract listing will be published on SAM.gov should it be available to interested parties. 

Is there a timeframe for a decision? Yes. Decision made based on when services will end which is before 28 February 2023.

Secondly, Is WSMR customer (DES) in a position to sponsor any vendor for a security clearance? No, DES will not sponsor any contractor for their security clearance, that falls solely on the contractor.

Confirming that the security clearance required for this requirement is secret, correct? The Security clearance required is SECRET.

Also, what is the timeline you are tracking to obtain a security clearance? 6 months? 1 year or more? 1 Year or longer.

Is the contracting team, competition advocate available to answer a few quick questions regarding your requirements to assist in our response preparation – may I call on Wednesday, 11/23 at 11 am or 3pm EST? Unfortunately, the contrcating team is unavailable for a call. However, you are able to provide all your questions in writing and the team will answer them.

Would you be willing to accept a response nte 10 pages? Yes we are willing to accept the note in 10 pages. 

Are you taking meetings in person or virtually prior to the response due date of November 30 or after November 30? No we are not taking any in person meeting or any virtually prior to the response date of Novemeber 30th or after Novemeber 30th. 

Is the Government open to an 8(a) direct award, 8(a) competition or use of Best In Class vehicle such as OASIS? The goverernment will compete the requirment as a full and open 100% Small Buiness. 

What is the current contract number for the sources sought and how much was the value of the contract? The current contract number is W911SG17CC0003. The dollar amount for the contract is $12.6 Million dollars. 

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R430 – SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING
  • NAICS Code: 561612 – Security Guards and Patrol Services
  • Place of Performance: White Sands Missile Range , NM 88002 USA

Full details via beta.sam.gov

SOURCES SOUGHT: REPAIR AIRCRAFT MAINTENANCE B1455 FOR MH-139 BEDDOWN

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately.

Project Location:  Maxwell AFB, Montgomery, AL

Project Title: REPAIR AIRCRAFT MAINTENANCE B1455 FOR MH-139 BEDDOWN

PN:  QS21B1455/ P2 #:  496395

Project Description:  Project is a Design Bid Build project to include the renovation of the nose bay of Building 1455 and includes the adjacent administration area to accommodate the simulator mission. Current Square Footage is approximately 21,000 square feet.  Renovations to Building 1455 involves the demolishing of the existing one-story storage area at the southeast corner of hangar area; renovating existing one-story storage area at northeast corner of hangar area into three multipurpose rooms; constructing an addition on east side of hangar area for mission planning and TSG (simulator maintenance) on the first floor; constructing two interior stairs and an elevator; constructing OFT computer rooms, and CPT and weapons procedural trainer (WPT) training rooms, as well as building support spaces; constructing a second floor with multipurpose, mission planning, EDS training rooms, TSG, as well as building support spaces and mechanical mezzanine(s); and constructing a building addition to the one-story portion of the building to accommodate all of the administrative position requirements. This project includes required cybersecurity. This project includes all mechanical, electrical, civil, and structural repairs for a complete and usable facility. Sustainable principles, to include life cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with UFC 1-200-02.

Contract duration is estimated at 450 calendar days. The estimated cost range is between $5,000,000 and $10,000,000 in accordance with FAR 36.204. NAICS code is 236220.  All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this survey via email by Tuesday, 29 November 2022 by 10:00 AM Eastern Time.

 

Responses should include:

 

  1. Identification and verification of the company’s small business status.
  2. Contractor’s Unique Entity Identifier (UEI)) and CAGE Code(s).
  3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.
  4. Description of Experience – Provide descriptions for your firm’s past experience on up to three (3) projects with greater than 95% construction complete or those projects completed within the last five years which are similar to this project in size and scope.  Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects.  Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance.

 

  1. Projects similar in Scope to this project included:  Projects considered similar in scope to this project include renovation and/or new construction of multi-story industrial spaces that include hangar, administrative areas, and/or storage areas.  Construction of pre-engineered buildings is not considered similar and does not count toward a project of similar scope or size.  

 

  1. Projects similar in size to this project include:  Projects similar in size will include projects with new construction and/or renovation of multi-story industrial spaces that include hangar, administrative areas, and/or storage areas of at least 15,000 SF

 

  1. Based on definitions above, for each project submitted include:
  1. Current percentage of construction complete and the date when it was or will be completed.
  2. Size of the project
  3. Scope of the project.
  4. Dollar value of the project.
  5. The portion and percentage of work that was self-performed. Describe the work your company self-performed. Must be at least 15% self-performed.
  6. Identify whether the project was design-build or design-bid-build
  7. Provide 2 references from the project sites that were submitted

 

  1. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.

 

NOTE: Total submittal package shall be no longer than 8 pages.  Please only include a narrative of the requested information; additional information will not be reviewed.

 

Email responses and any questions to [email protected]. This is NOT a Request for Proposal and does not constitute any commitment by the Government.  Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.

 

NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.

 

All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.

 

Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.

 

ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.  The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity’s registration.

 

Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.  However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.

 

Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.

To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).

  • Original Set Aside: 
  • Product Service Code: Z2BZ – REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: AL USA

Full details via beta.sam.gov

SOURCES SOUGHT: S–New Melones Lake Janitorial Services, Sonora CA

The Bureau of Reclamation is seeking interested vendors to provide janitorial services at New Melones Lake. The work will consist of cleaning and servicing public restrooms and fish cleaning facilities.

The work will be performed at the Tuttletown and Glory Hole Recreational Areas, Natural Bridges Trail area, and the Visitor Center Restroom located near the New Melones Park Office located off Highway 49, Sonora, California.

A draft of the Performance Work Statement and Maps are attached to this notice. When responding to this Sources Sought notice, vendors should provide their SAM UEID number and describe their experience providing these services and or submit a capability statement to include: (1) Firm¿s name, address, telephone number, business size and type (8(a), HUBZone, Service-Disabled Veteran, Woman Owned, Small Business or Large Business, etc.) (2) Point of Contact name, position, email address, and direct phone number.

Solicitation number 140R2023Q0006 has been assigned and should be referenced on all correspondence regarding this announcement. Please send your responses by email to [email protected] before 3:00 P.M. Pacific Time on November 03, 2022

Please note this is NOT a solicitation or request for quote. A formal solicitation will be posted at a later date.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S201 – HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: Bureau of Reclamation Sonora , CA 95370-8869 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Preventative Maintenance for Elevator Service

This Sources Sought Notice is for the Navajo Area Indian Health Service, Pinon Health Center issued in accordance with FAR 5.101. The purpose of this notice is to identify potential sources for providing elevator maintenance services at the Pinon Health Center.  This notice does not commit the Government to issue a solicitation or make an award OR to prelude a solicitation expected to be issued from closure of notice.

Pinon Health Center is associated with Chinle Service – Indian Health Service in the Heart of the Navajo Reservation – Northern Arizona. We provide medical care for approximately 11,000 Navajo. Serving a rural area, many of our patients travel 100 miles round trip to receive care and do not have electricity or running water in their homes. And, most of our elderly patients speak only Navajo, and live according to traditional Navajo cultural practices. The services offered are: Outpatient Primary Care, Dietary & Community Nutrition, Health Promotions, Native Medicine, Women’s Health, Pharmacy, Optometry, Dental, PT, Counseling, Speech Pathology, Podiatry, Lab, X-Ray, Public Health Nursing. We live in one of the most scenic areas of the country, and offer almost unlimited opportunities for outdoor recreational activities within a few hours away.

Description of Services: The Contractor shall provide elevator maintenance service on a quarterly basis.

Duration of Requirement:  January 1, 2023 to December 31, 2023

Place of Performance: Pinon Health Center

Navajo Route 4

Pinon, AZ 86510

Instructions to Industry: All capable parties are encouraged to respond. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice.

The Government requests interested parties submit a written response to this notice which includes:

  1. Company Name.
  2. Company SAM Unique Entity Identifier (UEI) number.
  3. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov .
  4. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.
  5. Date submitted.
  6. Applicable company GSA Schedule number or other available procurement vehicle.
  7. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.).
  8. Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement.  If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
  9. Geographic Coverage: Please identify the areas of the United States where your organization provides these services.
  10. References: Provide a list of all private industry or government contracts for similar services that you have performed within the last 3 years. Please include the customers’ contact names, addresses, telephone number, dollar value of contract, and brief description of the services provided on the contract.
  11. Qualification: Technician must have certification to perform elevator maintenance services.
  12. If American Indian/Native American owned small business, then complete attached IEE Representation form.

 

Disclaimer and Important Notes:  This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government’s use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality:  No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).  Responses must be submitted via email to the Primary POC no later than specified closing date. 

**NO QUESTIONS WILL BE ACCEPTED.

Attachments:

-IEE Representation form

Primary POC:

Whitney Shorty, Contract Specialist

[email protected]

(928) 725-9806

  • Original Set Aside:
  • Product Service Code: J039 – MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT
  • NAICS Code: 561210 – Facilities Support Services
  • Place of Performance: Pinon , AZ 86510 USA

Full details via beta.sam.gov

SOURCES SOUGHT: S206–593-23-2-771-0002 Police K9 Program

The Department of Veterans Affairs at the Southern Nevada Health care System is currently seeking a Canine Dog and Training. The contractor shall provide all resources necessary to accomplish the deliverables described in this Statement of Work (SOW), except as may otherwise be specified. Provide one (1) (German Short Haired Pointer or Labrador Retriever) between 18 months and 36 months of age. Provide training to the canine and Canine Handler to include supplies.

The purpose of this sources sought is to obtain information in support of Market Research.  Interested vendors are asked to review the attached specifications and provide the following information in their response:

  1. Company Name, Point of contact, Email address
  2. An Informal Quote
  3. Authorized Distributor Letter
  4. Capabilities Statement
  5. Business Size
  6. DUNS Number
  7. Vendor POC information
  8. Any existing IDIQ contracts in which these items can be ordered from (e.g. GSA, NASA SEWP, DLA eCAT, VA SAC, or VA NAC)

This notice is not an official request for quotes.  Information obtained from this notice may be used to the assist the Agency in determining the strategy for obtaining these items/services.  Please note an official request for quote may or may not be released in connection of this notice.

All responses shall be submitted to [email protected]  and [email protected] prior to the closing date of this notice.

  • Original Set Aside:
  • Product Service Code: S206 – HOUSEKEEPING- GUARD
  • NAICS Code: 561612 – Security Guards and Patrol Services
  • Place of Performance: VA Southern Nevada Healthcare System 6900 North Pecos Road North Las Vegas , NV 89086
    USA

Full details via beta.sam.gov