California Bids > Bid Detail

Copiers as well as provide regularly schedule maintenance, repairs, and supplies

Agency:
Level of Government: Federal
Category:
  • K - Modification of Equipment
Opps ID: NBD00159933036943475
Posted Date: Sep 22, 2023
Due Date: Sep 29, 2023
Source: https://sam.gov/opp/6993762341...
Follow
Copiers as well as provide regularly schedule maintenance, repairs, and supplies
Active
Contract Opportunity
Notice ID
75H703-23-SS-00013
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
CALIFORNIA INDIAN HEALTH SERVICE
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Sep 22, 2023 11:28 am PDT
  • Original Response Date: Sep 29, 2023 02:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: K074 - MODIFICATION OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Sacramento , CA 95814
    USA
Description

Sources Sought Number 75H703-23-SS-00013



This “Sources Sought” is for Market Research purposes only. Its purpose is to gauge interest regarding availability and capabilities of qualified small business entities. This notice may or may not result in a Solicitation, Request for Proposal (RFP), Invitation for Bid (IFB) or Request for Quotation (RFQ). The Indian Health Service (IHS), California Area Office (CAO) will utilize any responses for information purposes only upcoming Government acquisitions.



Agency Mission. Indian Health Service (IHS) is an agency within the Department of Health and Human Services (DHHS), is responsible for providing federal health services to American Indians and Alaska Natives from federally recognized tribes. The California Area Office’s (CAO) mission is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level.



IHS, CAO will utilize responses to determine set-aside potential and competition requirements to methods of procurement, i.e., Request for Proposals (RFP), Request for Quotations (RFQ), Invitation for Bids (IFB). Any competition requirements and subsequent contract types which may include Indefinite Delivery Indefinite Quantity (IDIQ), Requirement contracts, and/or standalone contracts for a specific services or items. All acquisitions will be solicited and awarded utilizing Federal Acquisition Regulations, DHHS and IHS policies, regulations, and best practices.



Indian Economic Enterprise (IEE) and Indian Small Business Economic Enterprise (ISBEE) Preference. The Government is interested in ALL businesses to include Native-Owned entities. In order to analyze set-aside potential, your response shall include a facsimile copy of the owner’s Tribal Enrollment Card or Certificate of Indian Blood. The ISBEE firm shall have 51% share of: (1) Native ownership; (2) Day-to-day operations; and (3) Self-Performance this same share of the work with W9 staff. More information may be found at: https://www.hhs.gov/about/news/2022/01/13/ihs-announces-efforts-provide-more-opportunity-contracting-indian-owned-businesses.html.



Requirement. The California Area Office is looking for firms who can sell copiers as well as provide regularly schedule maintenance, repairs, and supplies for approximately 10 copiers of various brands in 5 different locations throughout California, Redding, Arcata, Clovis, Sacramento, Davis.



All work activities will be administered by Government staff at the California Area Office



Small Business and Other Small Business Categories. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of small business entities in the following categories. All small businesses types are encouraged to respond to this notice, they include:




  • Small Business;

  • Small Disadvantaged Business;

  • Native American Owned Business. Indian Small Business Economic Enterprise (ISBEE) or Indian-Owner Economic Enterprise (IEE)-to be considered for an IHS contract awarded under the Buy Indian act, offeror must be a member of a federally recognized tribe; Provide the name of your tribe along with verification of tribal registration in form of a reproduced copy of a Tribal Enrollment Card or Certificate of Indian Blood;

  • 8(a);

  • HUBZone;

  • Service-Disabled Veteran-Owned;

  • Veteran-Owned; and

  • Women-Owned Businesses.



Period of Performance. The Government is contemplating soliciting with a base period (365-calendar days), and four (4) one-year option periods (365-calendar days each). Exercising of the option periods is dependent upon the Contractor’s successful performance for the previous period and the Government’s bona fide need for the work efforts.



NAICS Code. The NAICS Code for this work is 811210 - Electronic and Precision Equipment Repair and Maintenance. The small business standards, in millions of dollars, is $39.5 million. This size standard is the largest that a concern can be and still qualify as a small business entity for Federal Government programs. Size standards are the average annual receipts or the average employment of a firm. More information on how to calculate can be found at 13 CFR § 121.104 and 13 § 121.106, respectively.



Working with the Federal Government.



System for Award Management. All parties interested in working with the Federal Government as a prime awardee, are required to register with the General Services Agency System for Award Management. Failure to register will result in Offeror’s Bid/Proposal/Quote to be considered unresponsive. More information can be found at https://sam.gov/content/home. Please note IHS does not run this platform for registration questions or issues please contact the Help Desk at 866.606.8220 or https://www.fsd.gov/gsafsd_sp/?id=gsa_landing



Invoice Processing Platform (IPP). All parties interested in working with the Federal Government as a prime awardee, are required to register with the Department of Treasury’s Invoice Processing Platform. IPP is a secure, web-based service, which manages Government invoicing, and payment. More information can be found at https://www.ipp.gov. Please note IHS does not run this platform for registration questions or issues please contact the Help Desk at 866.973.3131 or IPPCustomerSupport@fiscal.treasury.gov.



Required Information in your package. Your response to this notice shall include:




  • Business Name and Contact Information. Business Name, Address, Point of Contact for further information; Phone Number, and Email Address;

  • IHS Buy Indian Program. In order to self-certify firm as an Indian Small Business Economic Enterprise (ISBEE) a reproduced copy of a Tribal Enrollment Card or Certificate of Indian Blood. More information can be found at: The Buy Indian Act | Division of Acquisition Policy (ihs.gov)

  • UEI. Unique Entity ID.

  • Business Size. Please indicate the firm’s business size, i.e., Large Business, Small Business, Native Owned, Service Disabled Veteran Owned, Veteran Owned, HubZone, etc. More information regarding business size and each categories size parameters can be found at https://www.sba.gov/document/support-table-size-standards

  • Experience. Provide no more than two (2) sheets detailing your company’s experience doing the same or similar work in the last two-year period.

  • Project Delivery Team (PDT) Meetings. The Owner and/or Chief Executive Officer shall be available to meet face-to-face with the Contracting Officer’s Representative and/or Contracting Officer on a weekly basis at the job site. If your company were awarded a contract with IHS, how will your company fulfill this contractual obligation? Please describe as part of your response to this notice.



Point(s) of Contact




  • Primary PoC. Jose Tapia, Contracting Specialist, Indian Health Service, California Area Office, 650 Capitol Mall, Suite 7-100, Sacramento, CA 95814, Phone (916) 930-3981, Email: Jose.tapiaramirez@ihs.gov

  • Alternate PoC. Rachel Rosas, Contracting Officer, Indian Health Service, California Area Office, 650 Capitol Mall, Suite 7-100, Sacramento, CA 95814, Phone (916) 930-3981, Email: Rachel.Rosas@ihs.gov



Disclaimer. This is not a solicitation for bids or proposals. IHS will not award a contract as a result of this Sources Sought. The Government will not reimburse respondents for any costs associated with their response to this notice.


Attachments/Links
Contact Information
Contracting Office Address
  • 650 CAPITOL MALL SUITE 7-100
  • SACRAMENTO , CA 95814
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 22, 2023 11:28 am PDTSources 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 >