This is a Sources Sought Notice Announcement only. This advertisement is not a solicitation for offers, nor is it a request for quotes. A request for quotes may be issued at a later date.
We are seeking responsible vendors to provide a service agreement contract for digital radiology equipment at five locations. The vendor shall furnish the contract in accordance with the attached statement of work.
The purpose of this notice is to obtain information regarding: (1) the availability and capability of all qualified native small businesses, small businesses, or large businesses: (2) whether they are: HUBZone small businesses: service-disable, veteran owned small businesses; (8a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification according to the North American Industry Classification System (NAICS), 811310 code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. This notice is in accordance with 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.
This notice is in accordance with 25 USC 14, Buy Indian Act with preference to be given to Indian Small Business Economic Enterprises (ISBEE) and/or Indian Economic Enterprises (IEE).
Interested parties shall not be reimbursed for costs associated with preparation of their responses. Any proprietary information should be marked. Interested organizations presenting a Capability Statement in response to this Sources Sought Notice must identify their size status.
Respondents must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application.
Responses should include: (1) Business Name, (2) Point of Contact Name, Phone Number, and E-mail Address, (3) UEI, and NAICS code, (4) Business Size SMALL OR LARGE, (5) Type of Business NATIVE OWNED, SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUBZone, WOMEN-OWNED, etc., (6) Demonstration capability, and capacity to furnish services. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to the Point of Contact below in MS Word or Adobe Portable Document Format (PDF). The subject line must specify the Sources Sought Number. All information submissions shall be received via e-mail to Morningstar.Smith@ihs.gov, purchasing agent. E-mail shall include “ 75H713Q00014” on the subject line.
Period of Performance: TBD
Contracting Office Address:
Portland Area Office
Attention:
1414 NW Northrup Street, Suite 800
Portland, OR 97209
Email:
Place of Delivery/Performance:
- Colville Service Unit Agency Campus 19 Lakes St. Nespelem, WA 99155 Dennis Whiteman, Facility Manager 509-634-2934 dennis.whiteman@ihs.gov
- Fort Hall Service Unit Not-Tsoo Gah-Nee Indian Health Clinic Mission Road Fort Hall, ID 83203 Jeremy Friday, Facility Manager 208-238-5454 jeremy.friday@ihs.gov
- Warm Springs Service Unit 1270 NOT-NUM Road P. O. Box 1209 Warm Springs, OR 97761 Rebecca McPherson, Admin support 541-553-2175 Rebecca.McPherson@ihs.gov
- Wellpinit Service Unit Agency Square P.O. Box 357 Wellpinit, WA 97040 Steve Abrahamson, Facility Manager 509-258-4517 ext. 121 steve.abrahamson@ihs.gov
- Yakima Service Unit Yakama Health Center 401 Buster Road Toppenish, WA 98948 Adriel Perry, Facility Manager 509-865-1777 adriel.perry@ihs.gov