Arizona Bids > Bid Detail

Flooring Installation for Tsaile Health Center Pharmacy Department

Agency:
Level of Government: Federal
Category:
  • 72 - Household and Commercial Furnishings and Appliances
Opps ID: NBD00159015743623778
Posted Date: Jan 24, 2024
Due Date: Jan 31, 2024
Source: https://sam.gov/opp/c9cbd938df...
Follow
Flooring Installation for Tsaile Health Center Pharmacy Department
Active
Contract Opportunity
Notice ID
IHS1486157
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
NAVAJO AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Jan 24, 2024 09:41 am MST
  • Original Published Date: Jan 24, 2024 08:55 am MST
  • Updated Response Date: Jan 31, 2024 05:00 pm MST
  • Original Response Date: Jan 31, 2024 05:00 pm MST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 01, 2024
  • Original Inactive Date: Feb 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7220 - FLOOR COVERINGS
  • NAICS Code:
    • 238330 - Flooring Contractors
  • Place of Performance:
    Tsaile , AZ 86556
    USA
Description View Changes

This Sources Sought Notice is for the Navajo Area Indian Health Service, Tsaile Health Center issued in accordance with FAR 5.101. The purpose of this notice is to identify potential sources for providing new flooring installtion and removal of exisiting flooring for the Tsaile Health Center Pharmacy Department and does not commit the Government to issue a solicitation or make an award OR to prelude a solicitation expected to be issued from closure of notice.



Tsaile Health Center is located in Northeast Arizona as a part of the Chinle Service Unit. This ambulatory care center is situated at the base of the Lukachukai Mountain rage with local elevations of 7,000 to 8,000 feet. Two lakes are within 10-15 minute drive which offer camping, fishing, and non-motorized boating. The Tsaile Health Center has 9,031 registered clients. Clinic hours are 8:00 a.m. to 5:00 p.m. Monday through Friday (closed on holidays). The Health Center is adjacent to Diné College, the first Indian Tribe-controlled College established in the United States. Routine outpatient services are provided to a broad range of patients including prenatal and geriatrics. The clinic is located on the Colorado Plateau with excellent opportunities for photography, hiking, running, road biking, cross country skiing, and mountain biking. Canyon de Chelly National Monument is within 30 miles of the clinic and is a wonderful place for exploring and sightseeing, running and mountain biking.



Description of Services: The Tsaile Health Center Pharmacy Department needs a Contractor to install 1,100 square foot of LVT flooring and 360 linear foot of wall base board. Contractor will remove existing carpet, wall base boards, and adhesive removal of existing flooring. Contractor will provide all materials, supplies, disposal of existing flooring material, travel and floor preparation.



Duration of Requirement: Date of Award to December 31, 2024



Place of Performance: Tsaile Health Center, Indian Route 64 & 12, Tsaile AZ 86556



Instructions to Industry: All capable parties are encouraged to respond. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice.



The Government requests interested parties submit a written response to this notice which includes:




  1. Company Name.

  2. Company SAM Unique Entity Identifier (UEI) number.

  3. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov

  4. Company point of contact, mailing address, and telephone and fax number, and website address

  5. 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.

  6. Date submitted.

  7. Applicable company GSA Schedule number or other available procurement vehicle.

  8. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the

  9. Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

  10. Geographic Coverage: Please identify the areas of the United States where your organization provides these services.

  11. References: Provide a list of all private industry or government contracts for similar services that you have performed within the last 3 years. Please include the customers’ contact names, addresses, telephone number, dollar value of contract, and brief description of the services provided on the contract.

  12. If American Indian/Native American owned small business, then complete attached IEE Representation form.



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 pre-solicitation synopsis and solicitation may be published on a government GPE. 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. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses must be submitted via email to the Primary POC no later than specified closing date.



***NO QUESTIONS WILL BE ACCEPTED**


Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 9020
  • WINDOW ROCK , AZ 86515
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >