SOURCES SOUGHT: Software Solutions Delivery for the Office of Information Technology (AIT)

Market Survey Response Instructions

FAA Software Solutions Delivery Support for AIT Solution Delivery Service (ADE)

1.  Introduction/Purpose

This announcement is a Market Survey. This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP). Further, the Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Any costs associated with the market survey submittal is solely at the interested vendor’s expense. Please read the entire Market Survey carefully.

This Market Survey is issued to solicit statements of interest and capabilities from interested business concerns for the FAA Information and Technology Services (AIT) Solutions Delivery Support project.

This Market Survey does not guarantee that a solicitation or procurement of any kind will be issued, and it should not be construed as a commitment by the Government to enter into a contract. If a solicitation is issued, it will be announced on the Government’s Contract Opportunities web page at SAM.gov. Any interested party should monitor this site for the release of any such solicitation.  Respondents to this Market Survey are referred to herein as “you”, “Vendor”, or “Vendors”.

The acquisition strategy for the procurement has not been determined at this time. The purpose of this market survey is to help inform the FAA on the competitive marketplace for these services and to refine the FAA’s requirements.  No notification about the outcome of this Market Survey will be released except as deemed appropriate, at the FAA’s sole discretion.

2.  Background

The Solutions Delivery (ADE) Service provides technical expertise and develops innovative products and services to solve complex challenges facing AIT’s business partners. This includes a wide range of activities such as quality management and testing, technology standards and roadmaps, enterprise collaboration and middleware services, server-less computing, enterprise authentication, database administration, and streamlined and efficient development using Agile and DevSecOps. ADE is committed to designing new and innovative ways to leverage the FAA cloud and work closely with Business Partners in areas such as collaboration, mobility, and citizen development.

For this effort, the contractor must provide a variety of current and future IT operational support services to AIT. This includes, but not limited to:

24 x 7 daily operation and sustainment of operational non-National Aerospace (non-NAS) systems;

Application and system development based on operational technologies;

Implement and manage Enterprise Services such as Identity Access Management (MyAccess), Enterprise Document Management, and SharePoint Online (KSN); and

Support of routine AIT functions and requirements.

In addition to the above, AIT requires the contractor to provide the following support:

Contract Task and Administration and Program Management Support

Software Applications Development and Maintenance Support

Enterprise Platform Services

Intelligence Automation Support

Security Certification and Accreditation Support

The attached draft Statement of Work (SOW) provides additional details on the scope of work relevant to this request.

3. North American Industry Classification System (NAICS) Code

The FAA has identified North American Industry Classification System (NAICS) Code 541519 Other Computer Related Services for this requirement.

4.  Submittal Requirements for Market Survey

Responses to this sources sought must include the following information:

General information of your company name, address, contact person name, phone number, fax number, email address(s) and DUNS number and company website if available.

Type of business such as 8(a), small business, Hub Zone small business, Small Disadvantaged Business, woman-owned, Service Disabled Veteran Owned small business, Veteran owned small business or large business.

Capability Statement – This document should address your firm’s technical capability to provide the services described in the attached Draft Statement of Work (SOW). This response should also include answers to the questions listed below. (Limited to 10 pages.)

Expected programmatic approach (in-house, teaming, subcontracting, etc.). If respondent is an eligible 8(a) certified business or other small business, provide a strategy in terms of percentage of work to be completed by the 8(a) or small business respondent. (Limited to 2 pages.)

A list of all teaming partners with a description of each partner’s responsibility. (Limited to 1 page.)

List of Questions:

For each of the questions below please provide at least one project experience example, indicating number of systems and environment (on prem/Cloud) where services were provided, if applicable, during a Fiscal Year (FY), and include the following information:

Name of project.

Contract number.

Entity for which the work was performed.

Brief description of the project.

Start and end dates of the project.

List of publications.

Name, specific organization, address, title, and phone number of principal contact of entity for which the work was performed.

Question 1) What experience does your company have implementing and maintaining authentication technologies such as Privileged Access Management (PAM), Identity Lifecycle Management, Private Key Infrastructure (PKI), Secrets Management, and Hardware Security Modules at an enterprise level?

Question 2)  What experience does your company have with Artificial Intelligence (AI) and machine learning? Specifically, generating AI-based code into development projects and incorporating AI automation into development and processes to support mission critical needs.

Question 3)  What experience does your company have with Server-less Architecture? Specifically with AWS Lambda, Kubernetes, automated build pipeline, infrastructure as a code, 12 factors, DevSecOps and integration with legacy portfolios.

5.  Delivery of Submittals

Interested vendors can submit questions to the Contracting Officer prior to market survey response submissions.  Questions are due from interested vendors by 12:00 PM ET on or before 10 January 2023.  All responses to this market survey must be submitted electronically via email to [email protected] no later than 2:00 PM ET on or before 18 January 2023.

6.  Other Information

The FAA may request that one, some, all, or none of the respondents to this Market Survey provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA.

A vendor’s failure to respond to this Market Survey will not exclude a vendor from any future competition. Any information provided under this Market Survey is for informational purposes only and will not be released to the public except as required under the Freedom of Information Act or any other applicable law, regulation and/or policy. Any proprietary information submitted must be conspicuously marked as proprietary. The Government, to the extent permitted by law and regulation, will safeguard and treat information obtained pursuant to the vendor’s disclosure as confidential where the information has been marked ‘confidential’ or ‘proprietary’ by the company. The Government may transfer documents provided by the vendor to any department or agency within the Executive Branch if the information relates to matters within the organization’s jurisdiction.

  • Original Set Aside: 
  • Product Service Code: R425 – SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance: 

Full details via beta.sam.gov

SOURCES SOUGHT: HVAC Replacement

Norfolk Naval Shipyard (NNSY) is issuing this Sources Sought Notice (“Notice”) for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10 to provide a service to replace current HVAC (air conditioning/heating system) in operator’s cab on two dock cranes

Contractor shall provide a new split-type cooling and heating system to provide temperature and humidity-controlled air to the operator’s cab on two dock cranes. The new system’s will be positioning the new splitter external component in the location of the existing system for heating and air which was currently equipped with a heating capability of 17,075 BTU/hour with complete ducting in the cab; installation of a new air conditioning system (present capacity: 23,500 BTU/hour). The system controls will be  powered by the 120VAC / 208VAC; the system testing and acceptance to prove nominal operator comfort during summer (cab facing the sun) and winter operation (cab shielded from the sun), .on the cranes located at Norfolk Naval Shipyard (NNSY), Portsmouth, VA and Naval Station Norfolk, VA.

Another purpose of this Notice is to determine the availability and capability of qualified small businesses to perform these services. All interested parties are welcome to provide a response. The applicable North American Industry Classification System (NAICS) code assigned is (811310) size standard 8 mil.  The Government anticipates issuing a solicitation for a Purchase Order with Firm-Fixed Price provisions and a period of performance of January 03rd 2023  – March 28th  2023

The Government is interested in responses from all qualified and experienced sources capable of providing the service. Large and small companies that have experience with this service are encouraged to respond to this Notice by December 21st  at 5:00 PM EST.  The submission of information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items or services. This is not a solicitation for proposals and the Government will not award a contract because of this Notice.  The Government will not return any information submitted nor will the Government compensate any company who responds to this Notice. Proprietary information submitted will be protected when so designated. The following key information is requested:

1.  Organization name, address, email address, web site address, telephone number, CAGE code, Unique Entity ID number, point of contact (name, phone# and e-mail); your company’s business size type/status under the aforementioned NAICS code of 811310.  If your company is a small business, please identify any applicable socio-economic classifications such as Woman-Owned, Service-Disabled Veteran-Owned, HUBZone, 8(a), etc.

2.    Have you performed the same or similar work in the past? If so, please list the contract name, contract number, dollar amount, period of performance, and point of contact—name, title, email, and telephone number.

3.    Have you managed a task of this nature?

4.   Capability Statement. This statement shall not reiterate or duplicate the language set forth in this attachment, but rather, your capabilities statement shall demonstrate your company’s ability to perform these critical tasks. Additionally, if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

Interested sources should send requested information in a single Adobe Acrobat (.pdf) email attachment to [email protected] with a page limitation of 10 letter sized, single sided pages including all attachments, charts etc. (single spaced, 1-inch margins, 12 point font minimum excluding charts and graphics). NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED.

Requests for a solicitation package will not be honored nor will requests for a technical point-of-contact information be provided.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE, THIS REQUIREMENT WILL BE CONSIDERED FOR APPROPRIATE SET-ASIDE PROGRAM PARTICIPATION (IF APPLICABLE) IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATIONS.

Contracting Office Address:

Norfolk Naval Shipyard (NNSY)

Contracts Division, Code 400

Building 65, 2nd Floor

Portsmouth, Virginia 23709-5000
United States

Place of Performance:

Norfolk Naval Shipyard (NNSY)
Portsmouth, Virginia 23709-5000
United States

Points of Contact:

Sebastian Edwards, [email protected] (757) 396-0964

  • Original Set Aside: 
  • Product Service Code: J041 – MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance: Portsmouth , VA 23709 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Regional Tire Repair Services

This Sources Sought – N4008523R2573 is issued to replace correct the Notice ID on the the previously issued Sources Sought – N4008523R2596. The correct Notice ID is N4008523R2573. All other information remains the same.

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice.  There will not be a solicitation, specifications, or drawings available at this time.  This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources.

Naval Facilities Engineering Systems Command, (NAVFAC) Mid-Atlantic is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond.  Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.

A Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Services may be ordered utilizing FEDMALL, or a Task Order, on a need basis.  The Contractor shall provide all labor, management, supervision, tools, materials and equipment and other items necessary to repair and replace tires and associated equipment on Base Support Vehicles and Equipment (BSVE), located in the Hampton Roads (Tidewater) area of Southeast Virginia.

Sealed Bidding procedures: In accordance with FAR Part 14, Sealed Bidding procedures will be used to evaluate and select the proposal that is most advantageous to the Government.

General Work Requirements:

The intent of 1700000 BSVE requirements, primarily consist of repairing or replacing tires on government vehicles. This contract is to provide all-inclusive tire repair or replacement service with a few other tire related services not limited to: Industrial vehicles, Cranes, Forklifts, Pick-up Trucks, Fire Trucks and Dual tractor-trailer tires. This contract shall provide for both on government property and roadside assistance for Government Vehicles. Vehicles may be located at any of the Tidewater Virginia military bases on Government property, or on the road in the Tidewater area within a 50 mile radius of any of the local Government bases.  The Government will notify the contractor of the location of the vehicle for Tire Repair or Replacement Service, and a Tire Repair or Replacement Service Order may then be issued under this contract for mobile tire repair or replacement. The Contractor shall arrive within the required time with complete equipment and material inventory to provide the ordered service. All tire repair and replacements services shall be conducted in accordance with the current standards specified by the Tire Industry Association and Federal Motor Vehicle Safety Standards

All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation.  All qualified firms are encouraged to respond. The appropriate NAICS Code is 811198, size standard $8 million.

It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following:
(1) Examples of projects worked within the last five years of similar size, scope and complexity as shown below and in the table.

Size:  A Base Support Vehicles and Equipment (BSVE) Tire services contract with a yearly value of at least $300,000.00 for non-recurring services. This may include one project, or multiple indefinite delivery indefinite quantity task orders.

Scope:   Offeror must have provided all labor, management, supervision, tools, materials, equipment and other items necessary to repair and replace tires and associated equipment on various types of vehicles, some located on government property, and roadside assistance.

Complexity:  Offeror must have been responsible for responding simultaneously to requirements for several customers or installations and supporting annexes.

Service Calls

The Contractor shall provide unscheduled service calls in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. All service call work shall be performed in accordance with all standard manufacturers’ requirements and practices. The Contractor shall respond within 4 hours (during regular working hours) and work shall be completed within 4 hours of notification to proceed; outside normal working hours the Contractor shall be on-site within 4hours, and be available 365 days/yr. and 24 hrs. /day. For emergencies response time is 2 hours of notification (during regular working hours).

Installation of commercial grade tire puncture seal material in tire intended for over the road use.

Install commercial grade tire puncture sealant material into tire according to OEM directions.  Install sealer in the amounts recommended by the OEM to suit the use requirement indicated in each task order.

Installation of solid foam fill in off road tires.

Install commercial grade tire solid foam fill material into tire according to OEM directions.  Foam fill will normally be done at the Contractors location to allow for environmental conditions to ensure foam reaches full cure.  Install fill in the amounts recommended by the OEM to suit the use requirement indicated in each task order.  Delivery and pick up of tires will be provided by the Government.

Passenger Car / Light Truck -Tire Services Repair

The Contractor shall provide all-inclusive tire repair services. Repair services shall include, removal and replacement of the tire on the vehicle, inspection of tire to determine the defect and if the tire is repairable, dismounting and remounting of tire on rim, repair of tire from the inside which shall include a patch and stem that will patch the inside of the tire and fill the puncture to protect the tire belts from water damage.  Replacement of the valve stem if required, tire inflation, and rebalancing of tire if deemed necessary by the tire service technician. All tire services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.

Passenger Car / Light Truck Special Services, Front End Alignment     Balance

The Contractor shall provide front end alignment services in contractor’s shop during regular Government working hours.  All services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 48 hours of notification to proceed.

Medium Truck – Tire Replacement, Fire Dept., 11R22.5, Michelin, XDN2

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Medium Truck – Tire Services, Repair

The Contractor shall provide all-inclusive tire repair services. Repair services shall include, removal and replacement of the tire on the vehicle, inspection of tire to determine the defect and if the tire is repairable, dismounting and remounting of tire on rim, repair of tire from the inside which shall include a patch and stem that will patch the inside of the tire and fill the puncture to protect the tire belts from water damage.  Replacement of the valve stem if required, tire inflation, and rebalancing of tire if deemed necessary by the tire service technician.   All tire services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.

Medium Truck – Tire Replacement, 8R-19.5, Hwy

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Off the Road Equip. – Tire Replacement Fire Dept. 24R21 Michelin XZL

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Off the Road Equip. – Tire Replacement Fire Dept. 17.5R25 Michelin XTLA

The Contractor shall provide unscheduled tire replacement services in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. Tires shall be equal to or better than original manufacturers’ equipment. Tire replacement does not include removal and disposal of defective tire, mount and balance new tire or installation of new valve stem.  The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.  (Hampton Roads Area only.)

Off the Road Equip. – Tire Replacement 525/80R25, Michelin, X CRANE AT

The Contractor shall provide unscheduled tire replacement services in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. Tires shall be equal to or better than original manufacturers’ equipment. Tire replacement does not include removal and disposal of defective tire, mount and balance new tire or installation of new valve stem.  The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.  (Hampton Roads Area only.)

Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact.

(2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, UEI number, and CAGE Code.

(3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.

(4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner.

The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.

Electronic submission will be accepted.  Responses to this Sources Sought Notice shall be submitted electronically to [email protected] and must be received no later than 10:00 AM Eastern Standard Time on 21 December 2022. Questions regarding this sources sought notice may be emailed to Susan C. Roberts at [email protected], or via telephone at (757) 341-0091.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J025 – MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS
  • NAICS Code: 811198 – All Other Automotive Repair and Maintenance
  • Place of Performance: 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: Construction Management Support Services

This is a non-personal services single award task order contract to provide construction management and quality assurance services. Work to be performed does not fall under the Brooks Act. Services shall not be provided which are considered closely related to inherently governmental functions. The government shall not supervise, direct, or have any direct control over the Contractors personnel. The Contractor shall furnish general construction management and quality assurance services which shall include assessment and monitoring of compliance with plans, specifications, schedules, and ancillary documents; quality assurance review of submittals, reports, plans, studies, technical documents and any other Construction Contractor document to assure compliance with plans, specifications, and ancillary documents; reporting of findings to the Field COR; file and data management; and other similar non-design tasks, as necessary. The location of projects under this Performance Works Statement (PWS) includes all of Alaska. Locations supporting all of Alaska includes remote sites, installations, bases, etc. location will be provided for each specific Task Order. Sources Sought Notice was initially published under W911KB22R0031.

NOTE: Visit ‘https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W911KB23R0014’ to obtain more details.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H356 – INSPECTION- CONSTRUCTION AND BUILDING MATERIALS
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: AK, 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: Audio/Visual Equipment and installation in Palmetto, FL

PLEASE NOTE THAT THIS IS NOT A REQUEST FOR QUOTES OR PROPOSALS, NO SOLICITATION EXISTS AT THIS TIME.

This synopsis is for information and planning purposes and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited

The U.S. Department of Agriculture, Animal Plant Health Inspection Service, Plant Protection and Quarantine, Fruit Fly Exclusion and Detection Program Facility located in Palmetto FL has an existing Conference Room that is unequipped with Audio Video Conferencing and          training capabilities and needs a vendor who can provide them with such capabilities in accordance with the attached statement of work.

Location:

            USDA APHIS PPQ

1724 20th Street E.

Palmetto, Florida 34221

PLEASE CHECK location address and be sure transportation cost is feasible.  There will be no reimbursement for transportation or communication costs for this location.

The associated North American Industrial Classification System (NAICS) code for this requirement is 517121 Telecommunications Resellers.  The Small Business Size Category is 1,500 Employees

Interested sources are encouraged to email all questions and capability statements regarding this requirement prior to Sources Sought closing date to [email protected].

Please be sure to include notice # SS1083952 on subject line when responding.

This is not a request for competitive quotes, but instead a market research method to determine interested sources.  A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government.  No requests for capability briefings will be honored because of this notice.

Please provide the following information when responding:

Name of Company

uei SAM ID Number

Point of Contact Info – Name, Phone# , Email Address

The Government will not award a contract based on the information received, nor reimburse participants for information or samples they provide.  Information or materials provided is strictly voluntary.

The USDA buying activity in Minneapolis, MN is committed to participation of small businesses (SB) small, disadvantaged businesses (SDB), 8(a) small businesses, woman-owned small businesses (WOSB), veteran owned small businesses (VOSB), service-disabled veteran-owned small businesses (SDVOSB), Historically Under-utilized Business Zone (HUBZone) small businesses and Non-Profits.

 

Anyone wishing to do business with the USDA must be registered in the government’s System for Award Management Registrar now known as SAM.  You may register online with http://sam.gov

A prospective awardee shall be registered in the SAM   database prior to award, during performance and through final payment of any contract resulting from a solicitation.  Vendors may obtain information on registration and annual confirmation requirements via the SAM database accessed through http://sam.gov   or by calling the Contractors Registration hotline @ 1-866-606-8220

The Government intends to provide all information regarding this notice via this web site.   The Federal Government is not responsible for notifications to interested parties regarding notices, solicitations, or amendments.  It is the Vendor’s responsibility to check this web site  www.SAM.gov  periodically for updates.    Telephone and email requests will not be accepted

  • Original Set Aside: 
  • Product Service Code: 7E20 – IT AND TELECOM Ð END USER: HELP DESK;TIER 1-2, WORKSPACE, PRINT, PRODUCTIVITY TOOL (HW/PERPETUAL SW)
  • NAICS Code: 517121 – Telecommunications Resellers
  • Place of Performance: Palmetto , FL 34221 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Unarmed Security Guard Services – Laughlin NV | Pahrump NV Clinics

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: Company Name, Point of contact, Email address An Informal Quote Authorized Distributor Letter (if Applicable) Capabilities Statement Business Size UEI Number Vendor POC information 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] prior to the closing date of this notice.

  • Original Set Aside: 
  • Product Service Code: R430 – SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING
  • NAICS Code: 561612 – Security Guards and Patrol Services
  • Place of Performance: VA Southern Nevada Healthcare System Laughlin Clinic , USA

Full details via beta.sam.gov

SOURCES SOUGHT: BIOHAZARD WASTE BAGS

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 Biohazard Waste Bags

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 326111–Plastic Bags and Pouch 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) 03:00 PM MDT on December 14, 2022.

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 326111(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: 32611 – Plastics Packaging Materials and Unlaminated Film and Sheet Manufacturing
  • Place of Performance: Gallup , NM 87301 USA

Full details via beta.sam.gov

SOURCES SOUGHT: General Maintenance, Supply, and Personal Protective Equipment Items

THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT, NOR IS IT A REQUEST FOR PROPOSAL. THIS REQUEST DOES NOT OBLIGATE THE GOVERNMENT TO ANY CONTRACT AWARD.

The U.S. Army Corps of Engineers, Vicksburg District (USACE-MVK) intends to establish multiple blanket purchase agreements (BPAs) to facilitate the procurement of various industrial supplies. The intent of this sources sought is to obtain interested contractor capability statements to assist with market research.

The attached draft statement of work is for information purposes only and is subject to change. USACE-MVK is requesting capability statements from all qualified and interested Small Businesses to participate in a solicitation for the supply and delivery of various industrial hardware supplies.  The supplies will be required on an as needed basis to support the offices/branches within the Vicksburg District.  Refer to the attached example supply list for potential supplies that will be required (this is not an inclusive list); similar items not included on the list may be required. Contractors will be responsible for shipping coordination and all related costs.  Shipping addresses will be provided for each specific order.

The NAICS Code for the proposed acquisition is 332510, Hardware Manufacturing, and the small business size standard is 750 employees.

The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements, as indicated in this posting and the attached draft statement of work and example supply list to submit a capability statement consisting of the information listed below. Appropriate documentation, literature, brochures, and past performance information with references should be included. Past performance documentation shall include contact names, as well as a description of the supplies provided, contract type (i.e., fixed price or cost), and dollar value. The company’s CAGE Code shall be included with the submission.

The capabilities statement for the sources sought is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing or developed expertise and experience in relation to the attached statement of work and example supply list.  Any brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Vicksburg District in tailoring requirements to be consistent with industry capabilities. This sources sought request is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information requested. After completing its analysis, the Government will determine whether to set-aside for a specific socioeconomic contracting program or full and open competition. Respondents will not be notified of the Sources Sought results.

All interested firms have until Wednesday, 21 December 2022, 12:00 p.m. (central time) to submit the following information:

1. Please provide your company name, address, point of contact with corresponding phone number, e-mail address, and CAGE code.

2. identify the small business socioeconomic categories of your business under NAICS 332510.

3. Evidence of capabilities to perform comparable/relevant work on three recent projects (not more than five years old). Include project name and key/salient features of the project; completion date, total contract value, and your company’s level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation.

4. If your company is not currently providing these types of supplies, has your company had experience in the last 5 years providing these types of supplies?

5. What does your company specialize in?

6. What experience does your company have with Government contracts?

Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered. Electronic submissions via email are preferred. Facsimile submissions will not be accepted. Phone calls will NOT be accepted. Responses to this Sources Sought should be emailed to [email protected]. Email shall be titled Sources Sought for W912EE23S0002.  Responses must be received no later than 21 December 2022, 2:00 p.m. (central time).

  • Original Set Aside: 
  • Product Service Code: 5340 – HARDWARE, COMMERCIAL
  • NAICS Code: 332510 – Hardware Manufacturing
  • Place of Performance: Vicksburg , MS 39180 USA

Full details via beta.sam.gov