Arizona Bids > Bid Detail

Sources Sought: Flooring Installation - Optometry and Dental Depts @ CCHCF

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 72 - Household and Commercial Furnishings and Appliances
Opps ID: NBD00159957388890331
Posted Date: May 2, 2023
Due Date: May 4, 2023
Solicitation No: IHS1469674
Source: https://sam.gov/opp/ca1db3512a...
Follow
Sources Sought: Flooring Installation - Optometry and Dental Depts @ CCHCF
Active
Contract Opportunity
Notice ID
IHS1469674
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: May 02, 2023 10:32 am MDT
  • Original Response Date: May 04, 2023 12:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7220 - FLOOR COVERINGS
  • NAICS Code:
    • 321918 - Other Millwork (including Flooring)
  • 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 issued in accordance with FAR 5.101. The purpose of this notice is to identify potential sources for providing flooring supplies and installation services at the Chinle Comprehensive Health Care Facility – Dental and Optometry departments. 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.



The Chinle Comprehensive Health Care Facility (CCHCF) is based in Chinle, Arizona (Northeast Arizona near Canyon De Chelly National Monument). The CCHCF is a 60 bed hospital which serves as the health care hub for the region. The medical staff includes Family Physicians, Internists, Pediatricians, General Surgeons, OB/GYN's, Anesthesiologists, and a Psychiatrist.



In addition to routine outpatient and inpatient primary care, services available to our patients include: Adult Intensive Care, General Surgery (including laparoscopic surgery), routine and operative Obstetrics, and 24-Hour Emergency Room Services.



Health care services are provided to approximately 37,000 active users. Strong Navajo cultural traditions exist within the community, offering an opportunity to learn the Navajo language, or to learn about traditional Navajo medicine.



The service unit 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 5 miles of the hospital and is a wonderful place for exploring and sightseeing, running and mountain biking.





Description of Services: The Contractor shall provide furnish all necessary flooring material, adhesive, tools, equipment and transportation to remove carpet tile, cove base and install Armstrong Biome floor planks vinyl tile (LVT) flooring throughout Optometry room # 3A60, 3A61, 3A62 and 3A64.





Duration of Requirement: Date of Award to September 30, 2023





Place of Performance: Chinle Comprehensive Health Care Facility, Highway 191 and Hospital Drive, Chinle, Arizona 86503.





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

  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. Experience: Provide a list of 3-5 private industry or Government contracts for the same services that you have performed within the last 3 years. For each contract, include the company’s Point of Contact’s name, email address, telephone number, dollar value of contract, and description of the services provided on the contract. The Government may contact these entities to conduct past performance checks.

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





The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliant with tight program schedules; cost containment: meeting and tracking performance; hiring and retention of key personnel and risk mitigation.





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:



-Statement of Work



-IEE Representation form





Primary POC:



Ashleigh Yazzie, Purchasing Agent



Ashleigh.yazzie@ihs.gov



(928)-674-7801




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


History
  • May 02, 2023 10:32 am MDTSources 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 >