Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOURCES SOUGHT

J -- HVAC System Improvements - Draft SOW

Notice Date
6/15/2017
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support 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-00044
 
Point of Contact
Anthony R. Buch, Phone: 2066152790, John W Fannon, Phone: 2066152753
 
E-Mail Address
anthony.buch@ihs.gov, john.fannon@ihs.gov
(anthony.buch@ihs.gov, john.fannon@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Questionnaire Final Report Heery Informational Email Infection Control Risk Assessment Computational Data Final Inspection Report As Built Drawing Commissioning Guide Draft SOW Background: This is a sources sought notice for a tentative requirement for the Indian Health Service (IHS), Nespelem Health Center located in Nespelem, Washington for HVAC system improvements in accordance with the draft Statement of Work (SOW). As part of its market research, IHS is issuing this sources sought notice to determine if there exist an adequate number of qualified interested contractors capable of providing the services as described in the attached draft SOW and other attachments. The Government may use the responses to this sources sought notice for information and planning purposes. The draft SOW describes only the currently contemplated possible scope of the requirement and may vary from the work scope in a final SOW included in any Request for Proposal (RFP). The anticipated period of performance is on or about from July 19, 2017 through 120 calendar days. The resulting contract is expected to be awarded on or about July 19, 2017. Also provided, is a questionnaire that will help determine the acquisition strategy based on the quality of answers provided along with the capability statements applicability to the requirements described herein. IHS is conducting market research to determine potential sources for this requirement and to understand the marketplace for these types of services. The North American Industry Classification Code System (NAICS) code for this procurement is 561990-All Other Support Services and the size standard is $11 million. All responsible and fully responsive businesses may submit a capability statement which will be considered by the agency in developing the acquisition strategy by June 30, 2016, 2:00 PM Pacific time. Any resulting contract will be awarded as a fixed-price contract. Solicitation documents will be made available for download on or about July 5, 2017 at http://www.fedbizopps.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps ["Add To Watchlist"] and ["Add Me To Interested Vendors"] features which provide a notification when the Request for Proposal (RFP) becomes available for download. These features also inform interested parties of all postings of information associated with this solicitation, thereafter. Each potential offeror is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fedbizopps.gov/. The estimated response due date is July 12, 2017; however, the actual date proposals are due will be stated within the solicitation documents, if posted. Prospective offerors are urged to submit any questions they may have, in advance and in writing, to Contract Specialist Anthony Buch (anthony.buch@ihs.gov). Telephonic requests for the solicitation will not be honored. This is not a request for technical or cost proposals. The Government does not intend to award a contract on the basis of this notice or reimburse for costs incurred by interested parties providing the information requested herein. Responses to the Sources Sought announcement are not offers and cannot be accepted by IHS to form a binding contract. Capability Statements will not be returned. Information received will be considered solely to make an informed decision regarding a potential acquisition strategy. Firms offering a response to this notice shall ensure that they are registered in the System for Award Management (SAM), www.sam.gov, prior to submission of proposals. All vendors doing business with the Government are required to be registered with the SAM. NO award shall be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/portal/public/SAM/. In order to register with the SAM and be eligible to receive an award from this acquisition office, all offerors shall also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at: http://www.dnb.com/ or by phone at (800) 333-0505. This procurement also requires offerors to file veteran employment reports at: http://www.dol.gov/vets/vets4212.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/17-102-SOL-00044/listing.html)
 
Place of Performance
Address: Nespelem Indian Health Center, Highway 155, Agency Campus, Nespelem, Washington, 99155, United States
Zip Code: 99155
 
Record
SN04545569-W 20170617/170615234823-649e181e3dfb9205a872ddf453595b24 (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.