Sources Sought: Various appliances for the Pine Ridge Indian Health Service (IHS) Hospital.
Sources Sought Notice Number: IHS1509546
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE), Indian Economic Enterprises (IEE), or Other Small Businesses.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 335220, Major Household Appliance Manufacturing.
- BACKGROUND
The Pine Ridge IHS Hospital utilizes and maintains over 125 residential units for onsite staff. One of the regular maintenance calls are to repair or replace failed appliances. A system of replacing appliances is needed to keep up with the demand.
2.1 OBJECTIVE
The purpose of this contract is to provide new Amana brand appliances to replace the end-of-life appliances in use at the Pine Ridge IHS Hospital.
- SCOPE
This contract will be a firm fixed price Blanket Purchase Agreement (BPA) contract, base plus four option years. Contractor will be responsible for delivering 15 of each type of appliances to the Pine Ridge Hospital on an annual basis. All appliances shall be Amana brand name with model numbers as close to what is specified as possible.
- CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS (IF APPLICABLE)
The Contractor will be required to deliver a variety of surgical instruments on an as needed basis to the Pine Ridge IHS Hospital. Please see attached Statement of Work (SOW) for details.
- TYPE OF ORDER
This is a firm fixed price Blanket Purchase Agreement (BPA).
- ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: Date of Award plus 365 days, plus four option years
- PLACE OF PERFORMANCE
Pine Ridge, South Dakota.
- REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE
Complete deliverables schedule listed below.
Final copies of approved invoices shall be delivered to the COR.
DELIVERABLE DELIVERABLE DESCRIPTION / FORMAT REQUIREMENTS Unit
1 Refrigerator 15
2 Oven Range 15
3 Top Load Washer 15
4 Front Load Dryer 15
5 Microwave 15
6 Oven Range Hood 15
- PAYMENT
Field receipts, owners’ manuals and invoice will be processed through the Invoice Processing Platform (IPP)
- Anticipated Period of Performance:
Period of Performance: Base year, plus four option years
- Capability Statement/Information:
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm’s own risk. The following information shall be included in the capability statement:
1. A general overview of the respondent’s opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts.
2. Information in sufficient detail of the respondent’s (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information.
3. Documentation on inventory availability. To be considered capable of fulfilling this requirement evidence of an Offerors ability to fully satisfy the requirements described above must be provided.
4. The respondents’ Unique Entity Identifier (UEI) number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 335220, Major Household Appliance Manufacturing or comparable NAICS
5. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition.
6. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11 inch paper size, and 1 inch top, bottom, left and right margins.
7. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern’s name and address). Responses will be reviewed only by IHS personnel and will be held in a confidential manner.
C. Closing Statement
Point of Contact: Mary Sarenana, Purchasing Agent – mary.sarenena@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to mary.sarenana@ihs.gov.
Include Sources Sought Number IHS1509546 in the Subject line. The due date for receipt of statements is March 25th, 2025, 4:00 p.m. MST.
All responses must be received by the specified due date and time in order to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.
IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract 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 in SAM.gov. 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.