Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2024 SAM #8075
SOURCES SOUGHT

J -- Sources Sought-Preventive Maintenance Services on the Automated Logic Control Systems

Notice Date
1/4/2024 1:42:12 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
BILLINGS AREA INDIAN HEALTH SVC BILLINGS MT 59107 USA
 
ZIP Code
59107
 
Solicitation Number
SS-75H709OE24-005
 
Response Due
1/18/2024 3:00:00 PM
 
Archive Date
02/02/2024
 
Point of Contact
Tanya Schwab, Purchasing Agent, Phone: 4062477064
 
E-Mail Address
Tanya.Schwab@ihs.gov
(Tanya.Schwab@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
SOURCES SOUGHT NOTICE This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached). Instructions for submission are outlined below: DEFINITIONS INDIAN ECONOMIC ENTERPRISE (IEE): Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that: The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%; The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must, together, receive at least 51% of the earnings from the contract; and The management and daily business operations must be controlled by one or more individuals who are Indians DESCRIPTION OF REQUIREMENT NAICS: 238220 Plumbing, Heating, and Air-Conditioning Contractors Size Standard: �$19.0 million Duration: 12 months from date of award INSTRUCTIONS TO INDUSTRY ISBEEs are highly encouraged to respond to this notice. However, firms must also understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. To be considered a capable source, responses must directly demonstrate the company�s capability, experience, and ability to provide services as shown below. Your Response shall include, but not limited to: Number of years of experience in providing Preventive Maintenance Services on the Automated Logic Control Systems. List of past jobs/contracts of Preventive Maintenance Services on the Automated Logic Control Systems. Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement: How, as the prime IEE, will your company receive at least 51% of the earnings from the awarded contract, or together with the subcontractor if the same category, receive a combined 51% of the earnings from the contract How, as the prime IEE or together with the subcontractor if the same category, will management and daily operations be controlled by one or more individuals who are Indians. Failure to address these items in your capability statement could exclude your firm from being determined a capable ISBEE source. If you are interested in this contracting opportunity, please respond by email to: Tanya.schwab@ihs.gov. Submit the capability response as instructed above and include a copy of the Buy Indian Act Indian Economic Enterprise Representation Form. It is recommended to include the sources sought ID in the subject line. Sources Sought ID: SS-75H709OE24-005. Responses received to this notice will assist in determining the acquisition strategy of the requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c62375690e264f45b5903be611a97b5f/view)
 
Place of Performance
Address: Crow Agency, MT 59022, USA
Zip Code: 59022
Country: USA
 
Record
SN06927579-F 20240106/240104230044 (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.