Montana Bids > Bid Detail

Sources Sought for PM Services, Biomedical Equipment, Fort Peck Service Unit

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159450017259280
Posted Date: Feb 27, 2023
Due Date: Mar 6, 2023
Solicitation No: SS-75H709-FP23Q-003
Source: https://sam.gov/opp/3422bea41b...
Follow
Sources Sought for PM Services, Biomedical Equipment, Fort Peck Service Unit
Active
Contract Opportunity
Notice ID
SS-75H709-FP23Q-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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 27, 2023 02:18 pm MST
  • Original Response Date: Mar 06, 2023 05:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Poplar , MT 59255
    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) 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



Buy Indian Act: The law that provides the Indian Health Service (IHS) with authority to set-aside procurement contracts for qualified Indian-owned and controlled businesses where practicable, codified at 25 U.S.C. 47.



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.



Indian Small Business Economic Enterprise (ISBEE): An IEE that is also a small business concern established in accordance with the criteria and size standards of 13 CFR part 121.



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.



DESCRIPTION OF REQUIREMENT



NAICS:



811210 - Electronic and Precision Equipment Repair and Maintenance



Size Standard: $30M



Duration:



One (1) Year with Four (4) Optional Years



Delivery Location:



Fort Peck Service Unit, Poplar, Montana and Wolf Point, Montana



Your Response shall include, but not be limited to:




  • Providing a list of past jobs/contracts in providing Preventative Maintenance on the Equipment List (Attachment A);

  • Number of years of experience in providing Preventative Maintenance on the Equipment List (Attachment A);

  • Demonstrate your company’s capability in providing Preventative Maintenance on all items on the Equipment List (Attachment A);

  • Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement: NAICS 811210 as 100% set-aside for Indian Small Business Economic Enterprises;

  • Demonstrate how your company receive at least 51% of the earnings from the awarded contract;

  • 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 a 51% of the earnings from the contract; and

  • 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 ISBEE source.



If you are interested in this contracting opportunity, please respond by email to Prudence.Yellowowl@ihs.gov.



Submit the capability response as instructed above and include a copy of the Buy Indian Act Indian Economic Enterprise Representation Form (Attachment B). It is recommended to include the Sources Sought ID: SS-75H709-FP23Q-003 in the subject line. 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
  • Feb 27, 2023 02:18 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 >