Arizona Bids > Bid Detail

Chinle Comprehensive Health Care Facility - Blanket Purchase Agreements (BPA) for Various Maintenance Supplies, Materials, Hardware and Office Supplies

Agency:
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159151569143954
Posted Date: Jan 12, 2024
Due Date: Jan 26, 2024
Source: https://sam.gov/opp/e97912b0ce...
Follow
Chinle Comprehensive Health Care Facility - Blanket Purchase Agreements (BPA) for Various Maintenance Supplies, Materials, Hardware and Office Supplies
Active
Contract Opportunity
Notice ID
2024_CCHCF_BPA_Facility_Maintenance
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 12, 2024 11:35 am MST
  • Original Response Date: Jan 26, 2024 01:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5680 - MISCELLANEOUS CONSTRUCTION MATERIALS
  • NAICS Code:
    • 444140 - Hardware Retailers
  • Place of Performance:
    Chinle , AZ 86503
    USA
Description

This Sources Sought Notice is for the Navajo Area Indian Health Service, Chinle Comprehensive Health Care Facility (CCHCF) issued in accordance with FAR 5.101 for Blanket Purchase Agreements (BPA) for a contractor to supply various building materials, lumber, hardware, electrical supplies, auxiliary supplies, electrical supplies, light fixtures, paints, painting supplies, painting tools, mechanical supplies, welding supplies, motors, machining materials, pumps, air-conditioning chemicals, HEPA filters, heating and cooling materials, AC motors, common hand-tools, office supplies etc. for the CCHCF Facility Management department. The purpose of this notice is to identify potential sources for providing hardware supplies at the Chinle Comprehensive Health Care Facility. This notice 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.



Chinle Comprehensive Health Care Facility (CCHCF) Serving a rural area, Chinle Comprehensive Health Care Facility is an outpatient clinic associated with Chinle Service Unit - Indian Health Service in the Heart of the Navajo Reservation - Northern Arizona. We provide medical care for approximately 35,000 Navajo. Serving a rural area, many of our patients travel 100 miles round trip to receive care and do not have electricity or running water in their homes. And, most of our elderly patients speak only Navajo, and live according to traditional Navajo cultural practices. The Chinle Comprehensive Health Care Facility and Ambulatory Care Center is a 60-bed inpatient hospital and outpatient facility. Services offered are: Adult inpatient and Pediatric Inpatient Care, Outpatient Primary Care, Adult Intensive Care, Emergency Medicine, General Surgery, Podiatry, OBGYN, Labor & Delivery, Women's Health, Midwifery, Mental Health, Pharmacy, Optometry, Dental, PT, OT, Speech Pathology, Audiology, Lab, Public Health and School Health. We live in one of the most scenic areas of the country, and offer almost unlimited opportunities for outdoor recreational activities.



Description of Services: The applicable North American Industry Classification System (NAICS) codes and small business size standards assigned to this procurement are:



NAICS Code: 444140 – Hardware Retailers



Small Business Size Standard: $16.5 Million



NAICS Code: 325510 – Paint and Coating Manufacturing



Small Business Size Standard: 1,000 Employees



NAICS Code: 333415 – Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing



Small Business Size Standard: 1,250 Employees



NAICS Code: 333991 – Power-Driven Handtool Manufacturing

Small Business Size Standard: 500 Employees



The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.



The Contractor shall provide hardware supplies in a timely manner.



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



Place of Performance: Chinle Comprehensive Health Care Facility, Hwy 191 & Hospital Drive, Chinle, AZ 86503



The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.



In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises. If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the requested documents identified in this notice.



THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED ENTERPRISE SET ASIDES, TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.



NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.



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. 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.

  5. Date submitted.

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

  7. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.).

  8. 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.

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

  10. 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.

  11. 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).



SUBMISSION INSTRUCTIONS:



All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) Friday, January 26, 2024 at 1:00pm – MT.



AT A MINIMUM, THE FOLLOWING INFORMATION MUST BE SUBMITTED TO THE POC LISTED IN THIS NOTICE:




  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Codes: 444140 – Hardware Retailers, 325510 – Paint and Coating Manufacturing, 333415 – Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing, and 333991 – Power-Driven Handtool Manufacturing.

    1. If the proposed NAICS is not the customary or applicable NAICS relative to the needs description, include your firm’s proposed NAICS and rationale for the different NAICS.



  2. If claiming IEE or ISBEE status, complete and submit the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.

  3. If Non-Indian, indicate firm’s size – small or other-than-small; and other socio-economic program participation such as small-disadvantaged, 8(a)-certified, HUBZone, SDVOSB, and/or WOSB/EDWOSB

  4. A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor.

  5. Provide firm’s UEI Number.

  6. Evidence of recent (within the last five years) experience with work similar in type and scope to include:

    1. Contract Numbers

    2. Project Titles

    3. Dollar Amounts

    4. Percent and complete description of work self-performed.

    5. Customer points of contact with current telephone number and email address.





Responses must be submitted via email to the Primary POC no later than specified closing date.



**NO QUESTIONS WILL BE ACCEPTED.



Attachments:



-IEE Representation Form



Point of Contact:



Earl Morris Jr



Phone: 928-724-3735



Email: earl.morris@ihs.gov



Place of Performance:



Chinle Comprehensive Health Care Facility



Highway 191 and Hospital Drive



Chinle, AZ 86503



THIS IS NOT A SOLICITATION


Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 9020
  • WINDOW ROCK , AZ 86515
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 12, 2024 11:35 am MSTSources Sought (Original)

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 >