SOURCES SOUGHT
99 -- Uninterruptable Power Supply Maintenance, Repair, and Services Indian Health Service, California Area Office
- Notice Date
- 1/3/2024 9:51:55 AM
- Notice Type
- Sources Sought
- Contracting Office
- CALIFORNIA INDIAN HEALTH SERVICE SACRAMENTO CA 95814 USA
- ZIP Code
- 95814
- Solicitation Number
- 75H70324SS00001
- Response Due
- 1/19/2024 1:00:00 PM
- Archive Date
- 02/03/2024
- Point of Contact
- Rachel Rosas, Phone: 916.591.2508, Ronda English, Phone: 916.591.3219
- E-Mail Address
-
Rachel.Rosas@IHS.gov, Ronda.English@IHS.gov
(Rachel.Rosas@IHS.gov, Ronda.English@IHS.gov)
- Description
- Sources Sought Number 75H70324SS00001,�Uninterruptable Power Supply Maintenance, Repair, and Services,�Indian Health Service, California Area Office, Sacramento, California Agency Mission. Indian Health Service (IHS) is an agency within the Department of Health and Human Services (DHHS), is responsible for providing federal health services to American Indians and Alaska Natives from federally recognized tribes. The California Area Office�s (CAO) mission is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level. Market Research. Its purpose is to gauge interest regarding availability and capabilities of qualified small business entities. This notice may or may not result in a Solicitation, Request for Proposal (RFP), Invitation for Bid (IFB) or Request for Quotation (RFQ). The Indian Health Service (IHS), California Area Office (CAO) will utilize any responses for information purposes only upcoming Government acquisitions. IHS, CAO will utilize responses to determine set-aside potential and competition requirements to methods of procurement, i.e., Request for Proposals (RFP), Request for Quotations (RFQ), Invitation for Bids (IFB). Any competition requirements and subsequent contract types which may include Indefinite Delivery Indefinite Quantity (IDIQ), Requirement contracts, and/or standalone contracts for a specific services or items. All acquisitions will be solicited and awarded utilizing Federal Acquisition Regulations, DHHS and IHS policies, regulations, and best practices. Requirement. The California Area Office is looking for experienced Small Business (SB) or Indian Economic Enterprise (IEE) firms who have the ability and experience to maintain and ensure critically sensitive data servers and ancillary devices are continuously powered with zero instances of data unavailability due to power loss. Indian Health Service, California Area Office has these separate locations which store the critically sensitive data servers and ancillary devices. The Government has a bona fide need to ensure these systems are functional and protect all data contained therein and remain safe and accessible in the event of a power system failure. The uninterruptible power supply (UPS) units assure this failover capability by assuming the power load during the occurrence of building power failure. The California Area Office has three separate locations and four separate pieces of equipment: ����������� 1.� Sacramento, California�������������� Make Liebert, Size 30kVA ����������� 2. Davis, California������������������������� Make Vertiv, Size 15kVA ����������� 3. Hemet, California������������������������ Make Eaton, Size 30kVA ����������� 4. Hemet, California������������������������ Make Eaton, Size 2kVA A potential contractor will provide quarterly onsite monitoring of UPS units at the location specified. Services to include: Maintenance; System configuration; Trouble shooting; Patching; Life-cycle status assessment(s); Battery replacement; Regular maintenance checks; Reparative service(s); Log and battery checks; Replacement recommendations; Remote monitoring; Problem diagnosis; among other industry standards services. The Government is contemplating a contract with a base period (365-calendar days), and four (4) one-year option periods (365-calendar days each). Exercising of the option periods is dependent upon the Contractor�s successful performance for the previous period and the Government�s continued bona fide need for the work efforts. The Owner and/or Chief Executive Officer shall be available to meet face-to-face with the Contracting Officer�s Representative and/or Contracting Officer on a weekly basis at the job site. Small Business and Other Small Business Categories. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of small business entities in the following categories. All small businesses types are encouraged to respond to this notice, they include: Small Business; Small Disadvantaged Business; Native American Owned Business. Indian Small Business Economic Enterprise (ISBEE) or Indian-Owner Economic Enterprise (IEE)-to be considered for an IHS contract awarded under the Buy Indian act, offeror must be a current member, in good standing, with a federally recognized tribe; 8(a); HUBZone; Service-Disabled Veteran-Owned; Veteran-Owned; and Women-Owned Businesses. Indian Economic Enterprise (IEE) and Indian Small Business Economic Enterprise (ISBEE) Preference. If your firm is responding as an IEE your response shall include a facsimile copy of the owner�s current Tribal Enrollment Card. The ISBEE firm shall be comprised of 51% share of: (1) Native ownership; (2) Day-to-day operations; and (3) Self-Performance utilizing W9 staff. More information may be found at: https://www.hhs.gov/about/news/2022/01/13/ihs-announces-efforts-provide-more-opportunity-contracting-indian-owned-businesses.html. NAICS Code. The NAICS Code for this work is 541519, Other Computer Related Services Maintenance. The small business standards, in millions of dollars, is $34 million. This size standard is the largest that a concern can be and still qualify as a small business entity for Federal Government programs. Size standards are the average annual receipts or the average employment of a firm. More information on how to calculate can be found at 13 CFR � 121.104 and 13 � 121.106, respectively. Working with the Federal Government. System for Award Management. All parties interested in working with the Federal Government as a prime awardee, are required to register with the General Services Agency System for Award Management. Failure to register may result in Offeror�s Bid/Proposal/Quote to be deemed unresponsive. More information can be found at https://sam.gov/content/home. Please Note: Indian Health Services does not run this platform for registration questions or issues please contact the Help Desk at 866.606.8220 or https://www.fsd.gov/gsafsd_sp/?id=gsa_landing. Invoice Processing Platform (IPP). All parties interested in working with the Federal Government as a prime awardee, are required to register with the Department of Treasury�s Invoice Processing Platform. IPP is a secure, web-based service, which manages Government invoicing, and payment. More information can be found at https://www.ipp.gov. Please Note: IHS does not run this platform for registration questions or issues please contact the Help Desk at 866.973.3131 or IPPCustomerSupport@fiscal.treasury.gov. Required Information in your package. All responses to this notice shall be submitted electronically to the primary contact and secondary contact on this notice. In order to determine potential set-asides your response to this notice shall include the following: Business Name and Contact Information. Business Name, Address, Point of Contact for further information; Phone Number, and Email Address; IHS Buy Indian Program. If applicable respondent(s) shall provide a reproduced copy of a current Tribal Enrollment Card and the attached IHS IEE Representation form. Failure to provide this information will result in your package being considered as a small business entity. More information can be found at: The Buy Indian Act | Division of Acquisition Policy (ihs.gov) Unique Entity ID (UEI) Business Size. Please indicate the firm�s business size, i.e., Large Business, Small Business, Native Owned, Service Disabled Veteran Owned, Veteran Owned, HubZone, etc. More information regarding business size and each categories size parameters can be found at https://www.sba.gov/document/support-table-size-standards Experience. Recent and relevant experience, within the last three years� calendar years to include a summary of work efforts performed, awarded dollar value, and point-of-contact. Project Delivery Team (PDT) Meetings. The Owner and/or Chief Executive Officer shall be available to meet face-to-face with the Contracting Officer�s Representative and/or Contracting Officer on a weekly basis at the job site. If your company were awarded a contract with IHS, how will your company fulfill this contractual obligation? Please describe as part of your response to this notice. Point(s) of Contact Primary PoC. Rachel Rosas, Contracting Officer, Indian Health Service, California Area Office, 650 Capitol Mall, Suite 7-100, Sacramento, CA 95814, Phone 916.591.2508, Email:� Rachel.Rosas@ihs.gov Alternate PoC. Ronda English, Contracting Officer, Indian Health Service, California Area Office, 650 Capitol Mall, Suite 7-100, Sacramento, CA 95814, Phone 916.591.2319, Email:� Ronda.English@ihs.gov Disclaimer. This is not a solicitation for bids or proposals. IHS will not award a contract as a result of this Sources Sought.� The Government will not reimburse respondents for any costs associated with their response to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/afe1990907cb4320a73105c32659607f/view)
- Place of Performance
- Address: Sacramento, CA 95814, USA
- Zip Code: 95814
- Country: USA
- Zip Code: 95814
- Record
- SN06926225-F 20240105/240103230047 (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 |