Arizona Bids > Bid Detail

BPA for Lab supplies and reagents for the Tli machine

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159976172484424
Posted Date: Jul 20, 2023
Due Date: Jul 25, 2023
Solicitation No: IHS1477506
Source: https://sam.gov/opp/4e1700c882...
Follow
BPA for Lab supplies and reagents for the Tli machine
Active
Contract Opportunity
Notice ID
IHS1477506
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: Jul 19, 2023 05:02 pm MDT
  • Original Response Date: Jul 25, 2023 10:00 am MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 325413 - In-Vitro Diagnostic Substance Manufacturing
  • Place of Performance:
    Chinle , AZ 86503
    USA
Description

This Sources Sought Notice is for the Navajo Area Indian Health Service, Chinle Service Unit, Chinle Comprehensive Health Care Facility issued in accordance with FAR 5.101. The purpose of this notice is to identify potential sources, as a BPA Contractor to provide reagents and laboratory Supplies to maintain compliance of Tli machine, which is used for the Fetal Fibronectin tests, to be ordered on an "AS NEEDED BASIS" for Chinle Laboratory Department. 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.





CCHCF provides 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: Under a Blanket Purchase Agreement (BPA) the Contractor shall provide Laboratory supplies and reagents to maintain compliance of Tli machine, which is used for the Fetal Fibronectin tests at Chinle Laboratory Department. Supplies and reagents shall be ordered on an “as needed basis”.





Duration of Requirement: Aug 01, 2023 to July 31, 2024





Place of Performance: Chinle Comprehensive Health Care Facility, Off Highway 191 & Hospital Drive, Chinle, AZ 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. 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). 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





Primary POC:



Tilda Nez, Contract Specialist



Email: tilda.nez@ihs.gov



928-674-7474


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


History
  • Jul 19, 2023 05:02 pm 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 >