Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2022 SAM #7694
SOURCES SOUGHT

61 -- Sources Sought: IHS1463543 Installation Services for a new contact block for ATS#1 Critical Branch power system @ Chinle Hospital, Chinle, AZ

Notice Date
12/19/2022 5:47:42 PM
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
 
ZIP Code
86515
 
Solicitation Number
Sources_Sought_IHS1463543_Installation_Services_for_a_new_contact_block_for_ATS_1_Critical_Branch_power_system
 
Response Due
12/27/2022 12:00:00 PM
 
Point of Contact
Earl Morris Jr, Phone: 9287243735, Bennett Arvessto, Phone: 9287243611
 
E-Mail Address
earl.morris@ihs.gov, bennett.arvessto@ihs.gov
(earl.morris@ihs.gov, bennett.arvessto@ihs.gov)
 
Description
This Sources Sought Notice is issued in accordance with FAR 5.101.� The purpose of this notice is to identify potential sources providing ATS#1 in a bypass isolation ATS which has two sets of contact blocks making it a dual functioning ATS. A purchase to keep the ATS a dual feeding ATS during power failures for the Maintenance Department, Chinle Comprehensive Health Care Facility, Navajo Area Indian Health Service (IHS). This Sources Sought notice is a means of conducting market research to identify capable, experienced parties able to marshal resources to effectively and efficiently perform the objectives listed herein.� The result of this market research will contribute in determining the method of procurement and acquisition strategy.� The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 335312. 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. The Chinle Comprehensive Health Care Facility (CCHCF) is based in Chinle, Arizona (Northeast Arizona near Canyon De Chelly National Monument). The CCHCF is a 60 bed hospital which serves as the health care hub for the region. The medical staff includes Family Physicians, Internists, Pediatricians, General Surgeons, OB/GYN's, Anesthesiologists, and a Psychiatrist.� In addition to routine outpatient and inpatient primary care, services available to our patients include: Adult Intensive Care, General Surgery (including laparoscopic surgery), routine and operative Obstetrics, and 24-Hour Emergency Room Services.� Health care services are provided to approximately 37,000 active users. Strong Navajo cultural traditions exist within the community, offering an opportunity to learn the Navajo language, or to learn about traditional Navajo medicine.� The service unit is located on the Colorado Plateau with excellent opportunities for photography, hiking, running, road biking, cross country skiing, and mountain biking. Canyon de Chelly National Monument is within 5 miles of the hospital and is a wonderful place for exploring and sightseeing, running and mountain biking. Description of Services:�The Contractor shall provide a ATS#1 in a bypass isolation ATS which has two sets of contact blocks making it a dual functioning ATS. A purchase to keep the ATS a dual feeding ATS during power failures and installation services for the Maintenance Department, Refer to attached Statement of Work (SOW) for more detail and required qualifications.� The Government intends to award a Fixed Firm contract from any resultant solicitation. Duration of Requirement:��January 1, 2023 to December 31, 2023 Place of Performance:�Clinical Service Department, Chinle Comprehensive Health Care Facility, Highway 191 and Hospital Drive, Chinle, AZ 86503 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: Company name, address, email address, website address, telephone number, and business size (i.e., small business, 8(a), woman owned, veteran owned, etc.) �and type of ownership for the organization. Company Point of Contact�s Name, telephone number, and e-mail address.� Company POC shall have the authority and knowledge to clarify responses. System for Award Management (SAM) Unique Entity Identifier (UEI) number and registration status. All respondents must register on the SAM located at http://www.sam.gov . Applicable company GSA Schedule number or other available procurement vehicle. Capability Statement: Detailed capability statement addressing the company�s qualifications and ability to provide the requirements listed in the Performance Work Statement, 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. Experience: Provide a list of 3-5 private industry or Government contracts of similar services that you have performed within the last 3 years. For each contract, include the company�s Point of Contact�s name, email address, telephone number, dollar value of contract, and description of the services provided on the contract.� The Government may contact these entities to conduct past performance checks. Staffing Levels: Provide evidence your company has adequate levels of qualified staff to meet the Qualifications and Requirements listed in the Performance Work Statement. If American Indian/Native American owned small business, then complete attached IEE Representation form. *Responses must be submitted via email to the Primary POC no later than specified closing date.� **NO QUESTIONS WILL BE ACCEPTED. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliant with tight program schedules; cost containment: meeting and tracking performance; hiring and retention of key personnel and risk mitigation. Disclaimer and Important Notes:��This notice does not obligate the Government to solicit or award a 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).� Attachments: Scope of Work (SOW) IEE Representation form Primary POC: Earl Morris Jr earl.morris@ihs.gov (928) 724-3735
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b6022aad0d60478ea11f8797b8328162/view)
 
Place of Performance
Address: Chinle, AZ 86503, USA
Zip Code: 86503
Country: USA
 
Record
SN06547165-F 20221221/221219230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.