Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOURCES SOUGHT

R -- Realty Specialist

Notice Date
3/6/2017
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services-Seattle, 701 Fifth Ave, STE 1600, MS-24, Seattle, Washington, 98104, United States
 
ZIP Code
98104
 
Solicitation Number
17-102-SOL-0020
 
Point of Contact
Robert C. Sim, Phone: 2066152452, John W Fannon, Phone: 2066152753
 
E-Mail Address
robert.sim@ihs.gov, john.fannon@ihs.gov
(robert.sim@ihs.gov, john.fannon@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT - 17-102-SOL-0020 INDIAN HEALTH SERVICES: REALTY SPECIALIST This is a Sources Sought notice. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. This Sources Sought is a market research tool being utilized to determine the availability of qualified small business concerns prior to issuing a Request for Proposal. The Government may use the responses to this notice for information and planning purposes. This is not a solicitation for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. All responses shall be provided by an e-mail response to robert.sim@ihs.gov, Subject: Sources Sought 17-102-SOL-0020. No presentations will be scheduled. In accordance with the Federal Acquisition Regulation 5.2, Indian Health Services is conducting a Sources Sought notice for a Realty Specialist consultant services. This service will be performed at the Indian Health Services Headquarters located at 5600 Fishers Lane, Rockville, MD 20857. The tentative Scope of Work might include: The offeror shall assist the Indian Health Service (IHS) staff in three major areas of real property management: (1) real property acquisition; (2) real property transfers; (3) utilization and disposal of real property. The contractor will assure that completed work complies with all Federal, Department of Health and Human Services (HHS), Indian Health Service, General Services Administration (GSA) guidelines, regulations, policies, and procedures. Requirements include Executive Order 13327, "Federal Real Property Asset Management"; Public Law 93-638; Public Law 93-437; OMB Circular A-45; National Environmental Policy Act of 1969 (NEPA); Comprehensive Environmental Response, Compensation and Liability Act (CERCLA); and all other Federal laws pertaining to the acquisition, disposal and management of Federal real property. The offeror shall review, process, and complete identified real property acquisition, disposal, transfer, and demolition requests submitted by the IHS Area Offices to IHS Headquarters. The offeror shall operate realty database systems (Realty Electronic Document System (REDS)), and the Correspondence Tracking System to process all realty actions, entering correspondence updates on disposal actions, and conducting inquiries. The offeror shall responds to requests from IHS staff on the Health Facilities Database System (HFDS); and extracts data and real property reports. Realty documents are scanned and entered into REDS which provides a searchable database of Indian Health Service (IHS) real property actions and documents, such as acquisition documents, disposal records, survey maps, easements, licenses, and so forth, on IHS owned assets. The work is to be performed during normal working hours between 8:00 a.m. to 5:00 p.m. or time agreed upon by the contractor and the Contracting Officer's Representative (COR). The minimum number of days the contractor shall work in the IHS office is two (2) days per week less holidays, vacation time, sick leave, and other excuse absence. The total number of hours to be worked during any one performance period is 784 hours per year. The estimated price range of resultant contract, which will be one base year with four subsequent optional years combined is between $250,000 and $500,000. The North American Industry Classification System (NAICS) Codes is 561110 ~ Office Administrative Services, with a Small Business Size Standard of $7.5 million. Two items that the offerors need to be aware of are: 1)Notice see HHSAR 352.226.1 Indian Preference (Dec 2015) 2)TERO fees or Tribal Taxes Interested small businesses are invited to respond to this sources sought by providing the below information. All respondents should register on the SAM located at https://www.sam.gov/portal/SAM/#1. Responses Responses must be limited to five (5) letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. Include your company Data Universal Numbering System (DUNS) number, CAGE code (if applicable), company point of contact (POC) and socioeconomic status under North American Industry Classification System (NAICS) code, Product Services Code (PSC), clearance level, and any other relevant/appropriate data. Formatting The responses should be in the following format/order: 1.General Business Information: Provide general information about your business, to include any relevant information to the instant requirement. Additionally respond to the following: a. Was your firm the prime? b. What percentage of the work did your firm complete? c. What type of service was it? d. Requirements: Provide professional qualifications necessary for satisfactory performance of required services. 2.Experience: Provide specialized experience and technical competence in the type of work required. 3. Past Performance: Provide past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4.Location: Provide geographical location of the office with respect to the area of the project and knowledge of the locality of the project. 5.Points of Contact: List one or more points of contact for your company. Important Notice: It should be clearly understood that this Sources Sought notice is not an award or commitment by the Government. The offeror is further advised that funding may not become available. If funds are not available, no award will be made. The offeror will not be reimbursed for any/all effort or submission preparation costs. Responses to this sources sought are requested no later than March 27, 2017. Address your submission as follows: Subject: Sources Sought 17-102-SOL-00020 To: robert.sim@ihs.gov 17-102-SOL-0020. Sources Sought Attn: Robert Sim IHS Division of Engineering Services - Seattle 701 5th Street Suite 1600, Mail Stop RX-24 Seattle, WA 98104 All offeror's are advised that registration in the Systems for Award Management (SAM) database is required prior to award of a contract. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website at http://www.sam.gov. Completion of the electronic annual representations and certifications are also mandatory prior to the award of a contract. Contracting Office Address: Indian Health Service, Division of Engineering Services - Seattle 701 5th Avenue, Suite 1600, Mail Stop RX-24 Seattle, Washington 98104 Place of Performance: United States Primary Point of Contact: Robert C Sim, Contracting Officer robert.sim@ihs.gov Secondary Point of Contact: John W Fannon, Chief of Contracting Office john.fannon@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/17-102-SOL-0020/listing.html)
 
Place of Performance
Address: Indian Health Services Headquarters, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN04424083-W 20170308/170306234354-3c35325b338529aa18662a5e9ac8863d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.