Montana Bids > Bid Detail

Emergency Generator Preventative Maintenance Services

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159089556196010
Posted Date: Nov 29, 2023
Due Date: Dec 13, 2023
Source: https://sam.gov/opp/0ac84b33ca...
Follow
Emergency Generator Preventative Maintenance Services
Active
Contract Opportunity
Notice ID
SS-75H709OE24-003
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
BILLINGS AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Nov 29, 2023 01:32 pm MST
  • Original Response Date: Dec 13, 2023 04:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Great Falls , MT 59404
    USA
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), Indian Economic Enterprises (IEE), and any other category of vendor 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).



Consistent with the revised Buy Indian Act, HHS/IHS adopted the definition of an Indian Economic Enterprise (IEE) set forth in 48 CFR 1480.201. This definition includes the following requirement, amongst others: “the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract.”



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:



561210 – Facilities Support Services



Size Standard: $47.0 Million



Duration:



One (1) Year with Three (3) Option Years



Schedule:



Semi-annual maintenance and inspection service to emergency generators located at:



Fort Peck Service Unit: Poplar, Mt and Wolf Point, MT



Crow Service Unit: Crow Agency, MT, Lodge Grass, MT



Northern Cheyenne Service Unit: Lame Deer, MT



Little Shell Service Unit: Great Falls, MT



Blackfeet Service Unit: Browning, MT



Fort Belknap Service Unit: Harlem, MT and Hays, MT



Wind River Service Unit: Fort Washakie, WY.



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 must include but is not limited to the following:




  • Number of years of experience in providing emergency generator preventative maintenance

  • List of past jobs/contracts of providing emergency generator preventative maintenance

  • Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement.

  • If identifying a partnership with a subcontractor that is a similarly situated entity, demonstrate how together with the subcontractor you will receive a combined 51% of the earnings from the contract.

  • If identifying a partnership with a subcontractor that is NOT a similarly situated entity, demonstrate how you will receive 51% of the earnings from the contract.

  • Demonstrate how the prime IEE, or together with the subcontractor, will conduct management and daily operations to 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 IEE/ISBEE source.



SUBMISSION



Interested parties capable of performing the required services may submit a response via email to: Tanya.Schwab@ihs.gov no later than 15 days from the date of announcement.



Interested parties shall submit their 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-75H709OE24-003. Responses received to this notice will assist in determining the acquisition strategy of the requirement.


Attachments/Links
Contact Information
Contracting Office Address
  • 2900 FOURTH AVE. NORTH - PO BOX 366
  • BILLINGS , MT 59107
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 29, 2023 01:32 pm MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >