Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2025 SAM #8465
SOURCES SOUGHT

65 -- Sources Sought: Firm Fixed-Price, Commercial Item Purchase Order to provide Laboratory Supplies for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD.

Notice Date
1/28/2025 11:50:27 AM
 
Notice Type
Sources Sought
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
IHS-SS-25-1502693
 
Response Due
2/12/2025 1:00:00 PM
 
Archive Date
02/27/2025
 
Point of Contact
Jeremiah Tsoodle, Phone: 6052682023
 
E-Mail Address
jeremiah.tsoodle@ihs.gov
(jeremiah.tsoodle@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: Lab Supplies for Woodrow Wilson Keeble Memorial Health Care Center Sources Sought Notice Number: IHS-SS-25-1502693 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 325413, In-Vitro Diagnostic Substance Manufacturing- other relevant NAICS codes will be considered based on responses received (such as conference centers, etc.) 1.0 BACKGROUND The IHS is an agency within the Department of Health & Human Services and is responsible for providing federal health services to American Indians and Alaska Natives. The Indian Health Service provides a comprehensive health service delivery system for approximately 1.9 million American Indians and Alaska Natives who belong to 567 federally recognized tribes, in 35 states. The Indian Health Service Headquarters is located in Rockville, MD and then divided into twelve (12) physical areas: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland, and Tucson. The Great Plains Area Office (GPAO) works in conjunction with 19 Indian Health Service Units and Tribal Managed Service Units to provide health care to approximately 130,000 Native American located in North Dakota, South Dakota, Nebraska, and Iowa. WWKMHCC falls under the GPAO and provides medical care to approximately 7,000 tribal members living on the Lake Traverse Reservation. Serving a rural area, many of our patients travel 100 miles round trip to receive care. The Service Unit was built in 2007 to provide an expanded level of outpatient health care services specifically designed to meet the needs of our population. Services include: Behavioral Health, Community Health, Dental, Laboratory, Nutrition Services, Optometry, Pharmacy, Physical Therapy, Public Health Nursing, Purchased & Referred Care Services, and Radiology. 2.0 OBJECTIVE The primary objective of this project is to secure adequate supplies for the Laboratory Department for the Woodrow Wilson Keeble Memorial Health Care Center for direct patient care. 3.0 SCOPE Specifications - see attachment 4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS NOT APPLICABLE 5.0 TYPE OF ORDER This is a firm fixed price purchase order. 6.0 ANTICIPATED PERIOD OF PERFORMANCE Period of Performance: 60 calendar days after date of award 7.0 PLACE OF PERFORMANCE Woodrow Wilson Keeble Memorial Health Care Center 100 Lake Traverse Drive Sisseton, SD 57262 8.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE N/A 9.0 PAYMENT Payment will be rendered once all supplies are shipped and accounted for and invoice is uploaded into IPP to be paid. 10.0 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 the floorplans available, photographs of the event space, room descriptions, equipment available, etc. 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� 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: 325413, In-Vitro Diagnostic Substance 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. 11.0 Closing Statement Point of Contact: Jeremiah Tsoodle, Purchasing Agent, at jeremiah.tsoodle@ihs.gov Submission Instructions: Interested parties shall submit capability via email to Jeremiah Tsoodle, at jeremiah.tsoodle@ihs.gov . Must include Sources Sought Number IHS1502693 in the Subject line. The due date for receipt of statements is February 12, 2025, 3:00 p.m. Eastern Time. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28af684ac98947d0984fad181794248c/view)
 
Place of Performance
Address: Sisseton, SD 57262, USA
Zip Code: 57262
Country: USA
 
Record
SN07325736-F 20250130/250128230111 (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.