Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
SOURCES SOUGHT

99 -- Multifunction Printers, Copiers, Scanners, Fax And Maintenance

Notice Date
7/30/2024 2:08:20 PM
 
Notice Type
Sources Sought
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
DIVISION OF ACQUISITIONS POLICY HQ ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
75H70424Q00052
 
Response Due
8/12/2024 9:00:00 AM
 
Archive Date
08/27/2024
 
Point of Contact
Natasha Royal, Phone: 2405350783
 
E-Mail Address
natasha.royal@ihs.gov
(natasha.royal@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
Sources Sought Notice: 75H70424Q00052 Multifunction Printers, Copiers, Scanners, Fax And Maintenance INTRODUCTION This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified sources that are: Indian Small Business Economic Enterprises (ISBEEs), small business Indian Economic Enterprises (IEEs), and other than small ISBEEs or IEEs; and (3) their size classification relative to the North American Industry Classification System (NAICS) code, 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition set-aside. BACKGROUND The Indian Health Service (IHS), an agency within the Department of Health and Human Services, is responsible for providing federal health services to American Indians and Alaska Natives. The provision of health services to members of federally-recognized tribes grew out of the special government-to-government relationship between the federal government and Indian tribes. This relationship, established in 1787, is based on Article I, Section 8 of the Constitution, and has been given form and substance by numerous treaties, laws, Supreme Court decisions, and Executive Orders. The IHS is the principal federal health care provider and health advocate for Indian people and its goal is to raise their health status to the highest possible level. The IHS provides a comprehensive health service delivery system for American Indians and Alaska Natives who are members of 566 federally recognized Tribes across the U.S. The purpose of this requirement is to replace older floor multifunctional copiers, printers, scanners, and fax devices and desktop multifunction copiers/printer/scanners use at the Indian Health Service (IHS) Headquarters (HQ). All devices will need a maintenance agreement. Specifications for the devices, maintenance agreement, and delivery instructions are included in the Statement of Work (SOW). New equipment ONLY, NO grey market or refurbished products will be accepted. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by the manufacturer�s warranty and procured through a manufacturer-approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer-approved distribution channels upon request. The Seller confirms to have sourced all products from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and the manufacturer�s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. See SOW for further details. RESPONSE INFORMATION THE CAPABILITY STATEMENT MUST DEMONSTRATE THE FIRM�S ABILITY TO PROVIDE THE MULTIFUNCTIONAL PRINTERS/COPIERS/ SCANNER/FAX MACHINES AND MAINTENANCE PLAN LISTED IN THE SOW. In order to respond to this notice, interested firms should address the depth and breadth of professional and technical capabilities and must be able to clearly convey their experience and/or ability to perform in the following areas, which are identified as core services.� It is to be noted that capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required a response to this notice: Please see the attached Performance Work Statement for further requirements. INSTRUCTIONS TO INDUSTRY Buy Indian Set aside, Indian Small Business Economic Enterprises (ISBEEs) and other than small Indian Economic Enterprises (IEEs) are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are insufficient to effectively evaluate their capacity and capability to perform the work required. Responses must directly demonstrate the company�s capability, experience, and ability to effectively and efficiently perform the abovementioned objectives. The Government requests interested parties submit a written response to this notice which includes: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, and telephone number(s), and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives. e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Company�s System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/. Disclaimer and Important Notes. This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information 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 solicitation may be published on a government GPE � www.sam.gov. However, responses to this notice will not be considered adequate responses to the solicitation if it is posted. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).� Responses must be submitted via email, no later than 12:00pm EST on August 12th, 2024.� No questions will be accepted or responded to. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is fifteen (10) pages (excluding cover page). Interested parties shall submit their response to this notice to the individuals listed below to be considered compliant. Primary POC: Natasha Royal Contract Specialist Email: natasha.royal@ihs.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/867b83d183544346a6c4059e8f16af5a/view)
 
Place of Performance
Address: Rockville, MD 20857, USA
Zip Code: 20857
Country: USA
 
Record
SN07149647-F 20240801/240730230125 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.